Oklahoma Bids > Bid Detail

Technical, Management, and Admin Support for AAM-500

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159490059238766
Posted Date: Oct 20, 2023
Due Date: Nov 12, 2023
Source: https://sam.gov/opp/1838919ac9...
Follow
Technical, Management, and Admin Support for AAM-500
Active
Contract Opportunity
Notice ID
AC-24-Support
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GJ NON-FRANCHISE ACQ SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 19, 2023 07:31 pm CDT
  • Original Response Date: Nov 12, 2023 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Oklahoma City , OK 73125
    USA
Description

In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.2.4 and AMS Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors. The FAA Civil Aerospace Medical Institute Human Factors Research Division, AAM-500, is developing a follow-on acquisition for a Technical, Management, and Admin Support services contract in support of AAM-500. The FAA is seeking interested sources that can provide these referenced services. This market survey is to provide information for the FAA to consider in choosing the method and type of procurement competition – full and open; limited; or sole source. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures. It is contemplated that this requirement could be competed utilizing Socially and Economically Disadvantaged Business (SEDB)/8(a) procedures. This market survey also seeks to identify potential vendors for this contract including groups of business teams. This market survey is being conducted in order to obtain the information necessary to aid the FAA in its determination as to whether adequate competition exists to set-aside the competition.





The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a size standard of 1000 employees.





The FAA intends to have a resultant Indefinite Delivery/Indefinite Quantity/Labor Hour/Time and Material contract in place in 2024. All responses (one per company) are to be provided on company letterhead and limited to a total of 10 typewritten pages. No type font less than 11 point may be used.





Vendors must respond to this Market Survey no later than 10:00 a.m. Central Standard Time, November 12, 2023.





The anticipated contract period is five (5) years and is expected to begin September 4, 2024.





BACKGROUND:





This effort requires a Support Services Contractor to provide technical, management, and administrative support to the FAA Civil Aerospace Medical Institute Human Factors Research Division, AAM-500. The Division has two Branches: Safe Operations in Aerospace Research Labs (AAM-510) (SOAR Labs) and the National Aerospace System Human Factors Safety Research Labs (AAM-520) (NAS-HFSR Labs).



The contractor must provide on-demand quality technical, management, and administrative support to the AAM-500 Division. The contractor must furnish and make available all personnel, materials, and services necessary to assist AAM-500 in accomplishing its mission.



• Task 1 – Technical Research Support (T&M)



• Task 2 – Program Management & Project Management Support (FFP)



• Task 3 – Administrative Support (T&M)





This notice is a Request for Information (RFI) Sources Sought announcement only and will be used for preliminary planning purposes. This announcement is not a Screening Information Request (SIR) or Solicitation for Offerors (SFO) and should not be construed as such. The FAA is seeking Rough Order of Magnitude (ROM) general estimate of the projects level of effort and cost. Any costs associated with the response, or any follow up information requests are solely at the interested vendor's expense.



As such, the government is seeking interested parties with knowledge, capability, and experience with the FAA to meet the requirements outlined in the attached draft Statement of Work (SOW)



In accordance with AMS Policy 3.2.2.31.2.1, a RFI/ sources sought notice is hereby posted on the SAM.gov opportunities website with a draft statement of work.



The acquisition strategy for the procurement has not been determined at this time. Responses to this announcement will be used to finalize the acquisition strategy.



Respondents to this Announcement should note that –




  1. This is not a Screening Information Request or Request for Proposals of any kind;

  2. The FAA is not seeking or accepting unsolicited proposals;

  3. The FAA will not pay for any information received or costs incurred in preparing the response to the announcement; and

  4. Any costs associated with the announcement submittal is solely at the interested vendor’s expense;

  5. All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking.

  6. The responses to this announcement will be used for information purposes and may be used to assemble a list of potential vendors. The failure to respond to this announcement WILL NOT disqualify an entity from further consideration in connection with any future procurement.

  7. The FAA reserves the right to use the information received in response to this announcement to make decisions relative to defining requirements for future FAA solicitations.

  8. At the FAA’s discretion, respondents may be provided an opportunity to discuss information contained in its response to this announcement. The FAA, at its discretion, may determine if this opportunity will be offered to all, some, or none of the respondents. All information provided in response to this announcement may be subject to Freedom of Information Act (FOIA). Any proprietary or sensitive information should be clearly marked with appropriate restrictive language.

  9. This announcement is not intended to guarantee a procurement associated with the attached and must not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses to this announcement and will not reimburse any firm for cost incurred in responding to this public.

  10. The acquisition strategy for the procurement has not been determined at this time. Responses to this announcement will be used to finalize the acquisition strategy. The functions identified in the Draft SOW are to be continued throughout the period of performance of the procurement.



Announcement responses will not be returned. Since this is a RFI/sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the SAM.gov Contract Opportunities web page. It is the vendor’s responsibility to monitor this site for the release of the solicitation.



Note: The FAA's policies and guidance published in the Acquisition Management System (AMS) references cited in SAM.gov are applicable to the FAA AMS.



CAPABILITY STATEMENT:





In order to make this determination the FAA requires the following information from interested vendors. All responders must provide a Capability Statement that addresses the following (in order):





1. Contractor Size, NAICS Codes, and Capability Statement with a detailed narrative that fully outlines and describes solutions that meet the government’s need for Extended Reality Hardware, Software, and Scenarios to stand up a fully functional laboratory.





2. Provide information which fully supports its capabilities. Included should be a listing of at least 3 similar contracts within the continental United States.





3. Current Contracts (I.E. GSA Schedules; eFAST MOA; Blanket Purchase Agreements (BPA) etc. currently in place or that will be in place within the next 60 days).



4. Rough Order of Magnitude (ROM) that outlines anticipated costs described in its solutions for Extended Reality Hardware, Software, and Scenarios to stand up a fully functional XR laboratory.





Respondents must be active in the System for Award Management (SAM) (www.sam.gov).





SUBMISSION FORMAT:





Format Quantity Address





Electronic 1 set Cynthia.cooper@faa.gov





Responses are to be submitted in writing via email to the above listed contracting officer. No phone calls will be accepted for this response.





NOTES: Submissions must not exceed 10 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (pdf). Also, please note that the FAA e-mail server restricts file size to 10MB per mail, therefore, responses may have to be submitted in more that one e-mail in order to be received.





This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time.





NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-800, MULTI-PURP. BLDG.(MPB)24 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 19, 2023 07:31 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >