Corporate Work Plan Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
692M15-22-R-00006

Basic Details

started - 21 Jan, 2022 (about 2 years ago)

Start Date

21 Jan, 2022 (about 2 years ago)
due - 21 Feb, 2022 (about 2 years ago)

Due Date

21 Feb, 2022 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
692M15-22-R-00006

Identifier

692M15-22-R-00006
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8247)FEDERAL AVIATION ADMINISTRATION (4266)FAA WILLIAM J HUGHES TECHNICAL CENT (5)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MARKET SURVEY ANNOUNCEMENTCorporate Work Plan Support Services1.  Introduction/PurposeINTRODUCTION/PURPOSEThe Federal Aviation Administration (FAA) is conducting market research to help determine industry interest and capabilities as well help develop and refine the procurement strategy, determine the level of competition, identify market practices, and obtain comments on requirements.  The FAA’s Capital Budget Systems Branch (ABP-330) has a requirement for Corporate Work Plan (CWP) Support Services.BACKGROUNDABP-330, within the Office of Budget and Programs (ABP-1), is responsible for the overall management of ABP-330 systems to include the CWP, Regional Information System (REGIS), Oracle Business Intelligence Wide Accounting Network (OBIWAN), Simplified Program Information Reporting & Evaluation Tool (SPIRE), and Staffing and Payroll System (SAPS). Technical oversight of ABP-330’s hardware and software is provided by the Office of Information and Technology (AIT).ABP-330 provides
overall program direction, coordinates requirements and specifications with users, assigns development priorities, publishes manuals, provides user training, and establishes and administers contracts to provide software and hardware to support the program.ABP-330 requires technical support with various operating system(s), including, but not limited to: the ability to perform both Oracle and operating system performance monitoring and make necessary adjustments; providing strategic  database direction for various business organizations; knowledge of all Oracle tools which support ABP-330; sound knowledge of ABP-330 custom applications; and knowledge of all IT functions, as Operations and Maintenance (O&M) responsibility includes recommendations impacting database design, database implementation, backup, and recovery. Background in ABP-330’s applications business processes and an understanding of the technical support required is critical to maintaining ABP-330 applications and ensure success of this highly complex and interdependent program, its processes and tools. ABP-330’s systems include but are not limited to, CWP, REGIS, OBIWAN, SPIRE, and SAPS.OBJECTIVESThis statement of work provides business program management, project management, and information technology (IT) support services to the ABP-330 in the operation and maintenance of ABP-330 systems.The objectives of this effort are as follows:Provide a variety of current and future Business Program and Project Management Support to ABP-330;Provide IT support to all environments developed, operated and maintained by ABP-330 that is defined in attachment J, including new and emerging technologies which will evolve over the life of the support contract, andPerform Lifecycle Support of Oracle tools, Commercial off the Shelf (COTS) tools, and custom tool s associated with the execution of ABP-330 systems that are included in Attachment J.LOCATION OF WORK (ANTICIPATED)The place of performance must be at the Contractor’s facility except for on-site support and meetings at Federal Aviation Administration Headquarters, 800 Independence Avenue S.W., Washington, DC 20591.PERIOD OF PERFORMANCE (ANTICIPATED)It is anticipated that the period of performance of this future action would be 5 years.2.  Incumbent Contractor (if applicable) This requirement is currently being performed by Rigil Corporation, Washington D.C., under contract 692M15-18-D-00006.3.  Nature of CompetitionThe acquisition strategy for the procurement is anticipated to be set-aside under the 8a program, consistent with the prior effort, as a five (5) year Indefinite Delivery Indefinite Quantity contract.  The results of this Market Survey will be used as one of the determining factors in deciding on the Agency’s acquisition strategy for the procurement.4.  Standard LanguageState that –This is not a Screening Information Request or Request for Proposals 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; andAny costs associated with the market survey submittal is solely at the interested vendor’s expense5. North American Industry Classification System (NAICS) CodeThe North American Industry Classification System (NAICS) code for this procurement is expected to be 541511 (Custom Computer Programming Services) (Computer Facilities Management Services) with a size standard of $25 million.6.  Submittal Requirements for Market SurveyInterested and qualified vendors should submit a Capability Statement in response to this Market Survey. For ease in reviewing the responses, and to facilitate meaningful market research, please follow the Capability Statement instructions and include all content requirements below:Response Content Instructions:Responses should be concise, and compliant with the content requirements.Responses should not exceed five (5) pages, including cover pages, table of contents etc.Responses should be provided in 12-point font in Microsoft Office or Adobe PDF (portable document file) format.Generic sale brochures, videos, and other marketing information materials are not solicited and therefore will not be reviewed.A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements.A viable interested party shall provide relevant, applicable references to examples of previous work and/or solution implementations that relate to the FAA’s objectives and topics of interest.Content:Company and Contact Information:Company Name, Physical Address, Website;Contact Name, Title, Phone Number, and E-mail Address;Current Facility Clearance Level;Capabilities statement;Examples of previous work and/or solution implementations that relate to the FAA’s objectives and topics of interestIdentify your Small and Disadvantaged Business socio-economic categorization(s) under the NAICS Code mentioned in the request.Large Businesses- identify intentions for subcontracting, small business utilization, (and/or) potential mentor-protégé arrangements that may be implemented to meet this requirement.Small Businesses- identify interests as a potential prime contractor (or) subcontractor.Capabilities:Provide high-level capability statements, which should include:List of capabilities,Best practices,Advances in technology which provide new or innovative approaches/strategies for solutions,Tool sets,Staffing (Recruitment, Training, Retention, etc.)List of metrics, or measures of effectiveness, and/orRequired inputs, dependencies, and outputs for each solutionTopics of Interest:Submissions may include responses to one or more of the areas identified under the Topics of Interest SectionThe Federal Aviation Administration would like additional detail on topics of specific interest.Respondents may choose to provide responses to zero, one, or all of the topics mentioned below. Respondents should clearly identify the relevant topic/question at the beginning of each response provided. For each topic mentioned below:Describe your experience with industry best practices relating to the following:TOPIC 1: 3.2 Oracle, COTS, and Custom Tools Lifecycle SupportKnowledge of the FAA System Development Life Cycle (SDLC) methodology and produce SDLC artifacts. SDLC Management includes planning and analysis; application architecture; Information Assurance (IA) security and compliance; and continual process improvement, planning and analysis services associated with efficiency and effectiveness of the application environment(s).Provide software development and O&M support services to include, but are not necessarily limited to, project management services and System Development Life Cycle (SDLC) software application development services.Ability to integrate CWP tools with Oracle Tools.Provide application architecture services and review of application architecture and planning, to include application modules; module configurations; system interfaces; logical databases; and updates to existing or new documentation as part of performing activities for Application Architecture.TOPIC 2: Hardware Support Ensure proper operations based on hardware vendor specifications, FAA/AIT policies, guidelines, procedures and Service Level Agreements (SLA) both written and implied. This also includes support of the FAA/AIT’s performance of maintenance to ensure all firmware and system components meet the contractor’s latest revisions and that the devices follow contractor’s recommendation on preventive maintenance schedules.Ability to ensure optimal configuration of the hardware and interconnections based on the hardware vendor specifications, applications requirements and FAA policy and procedures and guidelines.Implement management and performance monitoring software/systems to support proactive alerts to ensure system availability and proper operations. Implemented monitoring must integrate with existing monitoring being performed by the FAA Enterprise Operations Center (EOC) in order to allow the EOC to view alerts through their normal work and monitoring environment.TOPIC 3: Software SupportInstall, setup, configure, manage and maintain all software that supports ABP-330 systems.Monitor, manage and implement software patches, updates and upgrades.Support, tune (optimal performance), monitor and manage software applications.Perform initial installation, configuration and integration as defined by the software vendor’s documentation, industry standards and FAA policy, procedures and guidelines.TOPIC 4: SecurityProvide and respond to all technical information requests from AIT security team via coordination with AIT in support of Recertification, Security Certification and Accreditation (C&A), Plan of Action and Milestones (POA&M) and audits.Respond to security scan findings and remediate FAA designated vulnerabilities.Work with FAA security to ensure the applications and infrastructure conform to the Center for Internet Security (CIS) standards.Ensure disaster recovery plans are implemented, maintained, tested and managed as defined in the Information System Contingency Plan and as required by AIT.TOPIC 5:Help Desk & Help Desk Management Support Services Utilize the Government-designated application (e.g., Remedy) systems for logging, updating, tracking and reporting help desk incidents.Provide application Tier 2 and 3 support services.Provide infrastructure Tier 3 support services.TOPIC 6: Software Application Development, System Enhancements, and Implementation ServicesProvide software development support, which includes project management services and Software Development Life Cycle (SDLC) software application development services. These services provide continuous improvements to software and custom applications through enhancements of short development duration delivered through multiple releases across the specified period. This functional area addresses multiple changes and enhancement requests as a single ongoing project through period of performance.TOPIC 7: Contracting Type and Pricing ModelsDescribe your experience, both positive and negative, with contracting type(s) and pricing model(s) for the delivery of support tools and/or services described in this Market Survey (e.g. fixed-price, cost-reimbursement, time-and-materials, labor hours, etc.).General FeedbackProvide general feedback that may be relevant based on the preceding questions and topics of interest.7.  Delivery of SubmittalsRespondents shall submit an electronic copy of their capability statements, via e-mail, to Kevin Smith at kevin.p.smith@faa.gov.  All correspondence shall be via e-mail. No evaluation letters or results will be issued to respondents in connection with this market survey except as deemed appropriate in the FAA’s sole discretion.Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent’s submission, then in the email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.).Earlier submissions are encouraged and will be accepted.8.  Other (if applicable)This Market Survey does not guarantee that a solicitation or procurement of any kind will be issued and it should not be construed as a commitment by the Government to enter into a contract. If this announcement is being viewed from other than the System for Award Management (SAM) website, some information or attachments may not transfer correctly.A vendor’s failure to respond to this market survey will not exclude a vendor from any future competition.The FAA may request that one, some, all, or none of the respondents to this Market Survey 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.Any information provided under this market survey is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction.Interested vendors should monitor the FAA’s contracting opportunities website at https://beta.sam.gov for any updates and amendments to this announcement.This posting should not be interpreted as a Screening Information Request (SIR), a Request for Quote (RFQ), or Request for Proposal (RFP).If a solicitation is issued, it will be announced on the beta.sam.gov website. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitationPRIOR/FUTURE ANNOUNCEMENTSAll prior notices, announcements, surveys, sources sought, etc. released by the FAA for similar SOC procurements of this type have no bearing on or applicability to this current announcement and shall not be used in reference to it. Future announcements for this upcoming opportunity will be clearly identified by name or number as referenced in this announcement with any potential revisions to the name or number also clearly announced at that time if necessary. 

Washington ,
 DC  20591  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

[UPCOMING: March 2024] Construction Management, Design Services, and Asset Management Program Support Services

Due: 01 May, 2024 (in 3 days)Agency: Metropolitan Transportation Commission

CORPORATE REGISTRY DATA SUPPORT SERVICES

Due: 19 Sep, 2024 (in 4 months)Agency: INTERNAL REVENUE SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541511Custom Computer Programming Services
pscCode R425Engineering and Technical Services