Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2024 SAM #8383
SOURCES SOUGHT

D -- FAST Modernization

Notice Date
11/7/2024 12:13:07 PM
 
Notice Type
Sources Sought
 
NAICS
54151 —
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-24-FAST
 
Response Due
11/20/2024 10:00:00 AM
 
Archive Date
12/05/2024
 
Point of Contact
NIa Glover, Phone: 4059547831
 
E-Mail Address
nia.glover@faa.gov
(nia.glover@faa.gov)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Request For Information (RFI).� The Federal Aviation Administration (FAA) is seeking to modernize the FAA Acquisition System Toolset (FAST) website (https://fast.faa.gov), along with its underlying content management, and change request processes. The FAST website serves as the official repository for the Acquisition Management System (AMS) and other essential acquisition tools and resources (i.e. FAST content). The AMS provides the framework for policy and guidance for all aspects of lifecycle acquisition management for the FAA, aiming to enhance quality, reduce timelines, manage risk, and minimize the costs in delivering safe and secure services to the aviation community and flying public. While the AMS has successfully enabled the FAA to achieve significant improvements in time efficiency, schedule adherence, and cost management, challenges persist with the current revision process. The aging platform, lengthy software upgrade cycles, and cumbersome manual change processes hinder the system�s ability to adapt swiftly. Given the dynamic nature of internal policy changes and compliance with legal and regulatory requirements (including Executive Orders, and OMB/GAO directives), it is imperative to enhance both the content management system and the change request process. The content management aspect pertains to the repository of FAST content accessible to both internal and public users. The change request process involves the business workflow for content updates, including user notifications, required approval workflows, and the publication of updated materials to the website. To address these challenges, the FAA is looking to modernize the FAST website platform and its associated content and change management processes. The goal is to replace the current predominantly manual system with a secure, scalable application capable of providing: Customizable process management, Comprehensive records revision traceability, Centralized review and approval workflows, and Instant publishing capabilities for FAST content. Smart logic clause automation Proposed solutions must utilize the FAA approved and provided Appian Low-Code Application Platform (LCAP). Vendors must be certified integrators of the platform to ensure compliance with project requirements. The solution will be hosted in a FedRAMP-compliant Government Cloud offered by Appian and must achieve at least FedRAMP Moderate certification. If additional services or components cannot be hosted in the Appian�s cloud, they should be accommodated within the FAA�s cloud environment (AWS or Azure). Furthermore, the solution must enable appropriate interaction with data stored in the FAA cloud to meet functional requirements. The FAA envisions a robust system that houses or displays all FAST content, coupled with an automated or significantly improved change and approval process for content updates, and a push-button feature for disseminating updates to the website. The information gathered will assist in estimating costs, formalizing the business case, and determining the acquisition strategy for the FAST modernization project. The FAA welcomes industry feedback to refine the proposed structure for future government solicitations related to the FAST website modernization, including enhancements to content and change management processes. 1. GENERAL THIS IS AN RFI (Request for Information) ONLY. This is NOT a Request for Quote or Proposal. This is for planning purposes only. This RFI does not commit the Government to contract for any supply or service and does not intend to award a contract on the basis of this RFI. The FAA is not seeking proposals and will not be accepting unsolicited proposals. The FAA will discard, without opening, any unsolicited proposals. The Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be at the expense of the interested party. Not responding to this RFI does not preclude participation in any future request for proposal RFP, if any is issued. It is the responsibility of potential suppliers to monitor this site for additional information pertaining to this requirement. 2. REQUESTED INFORMATION All RFI responses should be emailed to the Contracting Officer at the email address listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to Nia Glover at nia.glover@faa.gov. The FAA may request that one, some, all, or none of the responders to the RFI provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. 3. RESPONSE PREPARATION INSTRUCTIONS Interested vendors� responses must be submitted by email no later than 12:00 P.M. Central Time on November� 20, 2024. Responses to this RFI are limited to 15 pages and must be in writing with no less than 12 font size, on company letterhead, and must include respondent point of contact information including name, telephone number, e-mail address, and mailing address. Additionally, please include the company�s NAICS and CAGE code, if applicable Small Business Classification, business size, current FAA contract/s if applicable, and a technical point of contact with email address and telephone number. Any proprietary information submitted must be properly identified. Information from vendor submissions may be used in future acquisition activities on a non-vendor specific basis. The FAA is seeking additional information from industry vendors. The purpose of the follow up questions is to refine our acquisition strategy, cost estimates, resource requirements, and the Performance Work Statement. The RFI response should include a section that addresses the following: (See the attached Draft Performance Work Statement (PWS) for detailed information) Are there any requirements in the draft Performance Work Statement that conflict or create ambiguity with information provided? Are there identified requirements that could be considered cost drivers such that they could be removed, or are there more efficient and cost-effective alternatives to meet the intent of the requirement? Are there opportunities for a phased development approach based on the FAST modernization objectives (i.e. Appian LCAP configuration/development, Business Process Workflow, Instant Publishing Capability, AMS Clause Smart Logic Matrix/Clause Writing System, and Fast Website Enhancements)? If so, please provide your recommended approach to phase the effort to realize benefits. DITA XML conversion question � what tool/s would you recommend for the conversion, and where would you suggest the data could be stored (outside of the Appian application)? What analytics for the public FAST website would be available or are included based on potential implementation approach? (i.e., # of hits, # of users, time on site, click paths, etc.) What requirements are needed for advanced search capabilities? What type and level of customer service/system support (operations and maintenance) would be required after development and deployment of Appian? What is your recommended contract type and structure by task? What is your rough order of magnitude (ROM) associated with each project task area including labor categories (LCATs), hours, timelines, and costs? What are some risks associated with this project, and how would you mitigate them? What is your estimated timeline associated with this project? For user training, what are the types and format suggested? What are the suggested timeframes for the deliverables in Section 3 of the Performance Work Statement?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be1773afbbde44309204fd67addd0b30/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN07260420-F 20241109/241107230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.