Oklahoma Bids > Bid Detail

Market Survey/Request for Information: Mike Monroney Aeronautical Center Information Technology Support Services (MMAC – ITSS) Recompete

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159815078479796
Posted Date: Dec 12, 2022
Due Date: Jan 13, 2023
Solicitation No: MMAC-ITSS-Recompete
Source: https://sam.gov/opp/29e961e28c...
Follow
Market Survey/Request for Information: Mike Monroney Aeronautical Center Information Technology Support Services (MMAC – ITSS) Recompete
Active
Contract Opportunity
Notice ID
MMAC-ITSS-Recompete
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 12, 2022 05:04 pm CST
  • Original Response Date: Jan 13, 2023 05:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Oklahoma City , OK 73169
    USA
Description

The purpose of this market survey is to solicit statements of interest and capability from sources that can provide Professional Information Technology Services for The Federal Aviation Administration (FAA), Enterprise Service Center (ESC). Additionally, this market survey is being conducted to obtain the information necessary to determine whether adequate competition exists, to identify capability among small businesses, SEDB/8a sources, and service-disabled veteran-owned small businesses; and to identify those Small businesses that offer the services via federal schedules.



The FAA intends to award a Stand-alone Indefinite Deliver Indefinite Quantity (IDIQ) contract and the nature of this procurement action is to award a five-year contract to provide Information Technology Support Services (ITSS) that augment the Enterprise Services Center (ESC), the Logistics Center (AJW-L000), and the FAA Academy (AMA) with Information Technology (IT) professionals. All of these organizations are located at Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma.



Interested sources must respond with information to confirm evidence of their qualifications and capabilities to meet requirements in the attached description. The FAA intends to review all response submittals to establish the acquisition strategy.



Responses will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendors’ expense.





1.0 Background



ESC operates as a Federal Financial Shared Service Provider (FSSP); one of four federal financial management Centers of Excellence as designated by the Office of Management and Budget (OMB) to provide integrated business services and solutions to the Federal Government. ESC resides under FAA’s Office of Finance & Management (AFN) and operates under a “fee-for-service” principle that receives no appropriated funds. This procurement provides contract support for the ESC Information & Digital Services Division (AMK-200), which consists of seven branches: Custom Development Services (AMK-210), Systems Operations & Managed Services (AMK-220), Cyber Security Services (AMK-230), Solution Development Services (AMK-240), Architecture, Asset & Data Management Services (AMK-250), Customer Services Center (AMK-260), and Wireless & Mobility Services (AMK-270).



AJW-L000 provides logistics support and assets critical to maintenance of the National Airspace System (NAS), as well as equipment supporting operational availability throughout the FAA and external customers, such as the U.S. Customs and Border Protection agency. This procurement provides contract support for the following branches: Information Systems Group (AJW-L300), Product Services Group (AJW-L500), Automation and Communications Group (AJW-L800).



AMA develops and conducts training courses for the technical and professional staff that keep the NAS systems operational. The procurement provides contract support for the Regulatory Standards Division (AMA-200) technical training for the Aviation Safety (AVS) lines of business and provides support for a number of training classrooms and office environments throughout the MMAC.



Since ESC is the largest stakeholder, it is the sponsor of this requirement.





2.0 Identified Requirements



The ESC, AJW-L000, and AMA organizations have a continuous requirement for comprehensive ITSS for DOT and non-DOT customers. Contract tasks include, but are not limited to the following requirements:






  • Systems Development and Integration;

  • System Management and Hosting;

  • Information System Security;

  • Information Media;

  • Office Automation;

  • Project Management;

  • IT Training.





Labor categories include, but are not limited to the following: Agile Release Train Engineers, Application Architects I-II, Application Engineers I – IV, Application Support Administrator II-III, Application System Analyst I-V, Application Systems Analyst/Programmer 1-V, Business Process Reengineering Specialist I-III, Computer and Information Specialists I-VI, Computer Operator I-IV, Content Authoring Specialist II, Data Base Administrators I-III, Data/Information Architect I – II, Data Modeler/Analyst I-II, Data Scientist I-II, Data Visualization Specialists I-II, Enterprise Agility Coach, Enterprise Architect I-II, Enterprise Content Application Developer, Enterprise Content Systems Engineer, Enterprise Data Engineer III, Enterprise Resource Planning (ERP) Specialist, Functional Analyst I-IV, Information Engineer I-IV, Information Security Architect I-II, Information Technology Security Specialist I-III, Information Technology Strategic/Capital Planner, Information Technology Technical Specialist I-III, Information Technology Training Specialist, Lead Enterprise Agility Coach, Office Automation Specialist I-IV, Oracle Consultant I-V, Product Owner, Programmer I-III, Program Manager, Reports Developer I-III, Solutions Architect I-II, ScrumMaster I-II, System Administrator I-IV, Systems Analyst/Programmer I-V, System Architect II-III, System Design/Programmer, Level III-V, Systems Engineer I-III, Technical Typist, Technical Writer I-II, Telecommunications Engineer, Telecommunications Specialist III-IV, Tester I-II. User Experience Design Specialist III-V, Video Production Assistant, Web Developer II-III, and Web Technical Administrator.







3.0 Instructions



Responses, submitted electronically in MS-WORD or Adobe PDF format are limited to 15 pages, excluding a completed Business Declaration, using 12-point Times New Roman front (or similar) with 1-inch margins. Responses are due no later than 5:00 P.M. (CST) January 13, 2023. All interested parties must submit their responses via email to abigael.k.schultz@faa.gov. Questions must be in writing, no phone calls please. Responses should include “Market Survey Response to MMAC-ITSS re-compete” and outline the information in the following categories / format:



Capability Statement - This document should identify:

Provide a brief description of your company, types of services, business size and point(s) of contact, including name, address, phone and email address. Include a completed Business Declaration.





B. Questions:



1 - Our organization has extensive experience managing projects (small and large) utilizing both waterfall and agile (SAFe) methodologies (implemented with the Scrum framework). Both methodologies embrace defined, repeatable processes. Provide two (2) examples that demonstrate your experience with managing/developing projects utilizing agile. In your response provide the following information:




  • Methodology used to implement agile

  • Why you chose the methodology you utilized

  • Size and dollar value of project (ex: number of users, modules, lines of code)

  • Any software utilized to help manage the project

  • Contact information of the implemented project; Client name and contact number or email



2 - Provide two (2) or more examples of administration of Contracts with IT environment values of more than $20 Million per year or 200 active IT contract employees;



3 - Provide proof as a Prime Offeror that your company is an Oracle Service Track Principal Partner with an “Expertise” rating or higher



4 - Provide 2 or more examples of administration contracts where you company maintains > 400 servers, including at a minimum maintaining Federal Security Standards (NIST, STIG); installing, maintaining, and configuring Operating systems such as Windows and Linux; and installing, maintaining, and configuring applications such as databases, Oracle Enterprise Business Systems, Apache, and others.



5 - Provide two (2) or more examples of administration contracts with experience of Cybersecurity Support (i.e. Assessments, Scanning, and Information Security Officer Support)



6 - Please include any comments, concerns or recommendations that you have identified in regards to the requirements (PWS) document and Labor Categories





Thank You for your interest and participation in this RFI


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 12, 2022 05:04 pm CSTSources 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 >