Unmanned Aircraft Systems (UAS) Data Automation

expired opportunity(Expired)
From: Federal Government(Federal)
UAS_Data-Automation

Basic Details

started - 31 Jan, 2023 (14 months ago)

Start Date

31 Jan, 2023 (14 months ago)
due - 24 Feb, 2023 (14 months ago)

Due Date

24 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
UAS_Data-Automation

Identifier

UAS_Data-Automation
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8232)FEDERAL AVIATION ADMINISTRATION (4258)693KA9 CONTRACTING FOR SERVICES (180)

Attachments (1)

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 CAPABILITY ASSESSMENT AND REQUST FOR QUOTES FOR THEFEDERAL AVIATION ADMINISTRATION (FAA)OFFICE OF SECURITY AND HAZARDOUS MATERIALS SAFETY (ASH)Unmanned Aircraft Systems (UAS) Data AutomationIn accordance with Federal Aviation Administration Acquisition Management System (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 potential vendors. The responses will not be released, except as required under the Freedom of Information Act (FOIA). Proprietary information that is appropriately marked will be protected in accordance with the FOIA.The FAA has a requirement to develop automation that captures and integrates vital data and information on the lithium batteries and other dangerous goods used by the aviation industry to power and enhance the safety of UAS aircraft. The period of performance is for a one year base period with four one year option periods.It has not been determined
whether adequate competition exists to perform an open competition or set-aside the procurement all or in part among Small Businesses, Service-Disabled Veteran-Owned Small Businesses, eligible Socially and Economically Disadvantaged Businesses that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program, Women-Owned, and HUBZone small businesses. The responses to this market survey may result in the issuance of a Screening for Information Request (SIR) or a Directed Award (DA). If there is an issuance of a SIR, the basis of award will be Lowest Price Technically Acceptable (LPTA). If the market survey responses result in a DA, the award will be set-aside for a Small Businesses, Service-Disabled Veteran-Owned Small Businesses or an eligible Socially and Economically Disadvantaged Businesses on the basis of LPTA.The principle North American Industry Classification System (NAICS) code for this effort is 518210 (Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services) with a size standard of $1.2 Million. The FAA requests the following from interested vendors:A submittal demonstrating your strategy/capability/methodology of performance in accordance with “Description of Services” Section of the Statement of Work (SOW) attached and a full budgetary estimate of the cost to meet and implement the listed requirements in Section 3.0, “Scope of Work” in the SOW. Your response must not exceed 15 pages. Respondents must use font size Times New Roman 11 with your submittal.Respondents must also provide the following business information for their company:Company Name:Address:Point of Contact:CAGE Code:DUNS Number:(Unique Entity Identify) UEI SAM Number:Phone Number:E-mail Address:Web Page Address:Specify whether your company is a U.S. or a foreign-owned firm:Identify as to whether or not they are an eligible Small Businesses, Service-Disabled Veteran-Owned Small Business, Socially and Economically Disadvantaged Business, Women-Owned, and HUBZone small business, or classify as a large business:A copy of your SBA 8(a) certification letter, if applicable:Identity of a representative to support further FAA inquiries and requests for clarifications of the information provided:Respondents should indicate which portions of their response are proprietary and should mark them accordingly.The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. Companies responding to this market survey are advised their response does not ensure participation in future solicitations or contract awards. The FAA will not reimburse any company or individual for any expense associated with preparation or participation in this market research. E-mail response must be received no later than 5:00 PM Eastern Standard Time on (EST) 02/24/2023.All responses to this market survey should be submitted via email to:Federal Aviation AdministrationATTN: Elisa Brown, FAA Contracting Officer800 Independence Avenue, SWWashington, DC 20591Elisa.Brown@faa.gov

AAQ-400, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW  WASHINGTON , DC 20591  USALocation

Place Of Performance : AAQ-400, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW WASHINGTON , DC 20591 USA

Country : United StatesState : District of Columbia

You may also like

STARS - STANDARD TERMINAL AUTOMATION REPLACEMENT SYSTEM

Due: 30 Sep, 2031 (in about 7 years)Agency: FEDERAL AVIATION ADMINISTRATION

TORFP 2354 - UNMANNED AIRCRAFT SYSTEMS (UAS) TRAFFIC MANAGEMENT (UTM) SYSTEMS ENGINEERING

Due: 18 Jan, 2029 (in about 4 years)Agency: FEDERAL AVIATION ADMINISTRATION

Please Sign In to see more like these.

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