Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

99--MARKET SURVEY - Support Services for Integration and Interoperability Facility (IIF)

Solicitation Number: 7419
Agency: Department of Transportation
Office: Federal Aviation Administration (FAA)
Location: W.J. Hughes Tech Center
  • Print
:
7419
:
Presolicitation
:
Added: Jan 12, 2009 7:56 am
Market Survey - The Federal Aviation Administration (FAA) has a requirement for support and services required by the Integration and Interoperability Facility (IIF) organization for both the En Route and Oceanic laboratories in accordance with the attached DRAFT Statement of Work. Both facilities are located at the William J. Hughes Technical Center (WJHTC), Atlantic City International Airport.

The anticipated requirement is for a Cost Plus Fixed Fee contract with a one year base period and four option years.

The responses to this market survey will be used to determine if there is adequate competition to set this procurement aside under the Socially and Economically Disadvantaged Business (SEDB) 8(a) Program.

Interested vendors should respond with the following:

1) Capability Statement - This document should address your company's capability to perform the tasks defined within the Integration and Interoperability (IIF) Engineering Services Draft Statement of Work (SOW). Address clearly and concisely how your company will support this contract (limited to three pages). 2) Past Performance and Experience Statement - Any relevant current or previous experience should be included within this statement. This should include a summary of not more than three contracts for the same or similar tasking that your company is currently performing or has completed within the last five years (limited to two pages). 3) Comments concerning the Draft SOW are welcome and optional. The FAA will consider all comments received.

Vendors must respond directly to the Contract Specialist identified. Interested parties who can comply with and meet all of the requirements called out in this market survey must respond with their documentation in writing to the Contract Specialist at charles.ross@faa.gov and provide two hardcopies to the following address:

Federal Aviation AdministrationWilliam J. Hughes Technical CenterAcquisition & Grants Team, AJA-4730ATTN: Charles RossAtlantic City International Airport, NJ 08405



Responses shall be received by 5:00 p.m., January 23, 2009.

The FAA will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. Individual company responses will not be disclosed to other vendors. This market survey shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire this equipment. Responders to this market survey may be asked to provide additional details/information based on their initial submittal.
Please consult the list of document viewers if you cannot open a file.

Amendment 1

Type:
Mod/Amendment
Posted Date:
January 12, 2009
Description: DRAFT Statement of Work

Amendment 1

Type:
Mod/Amendment
Posted Date:
January 12, 2009
Description: IIF Personnel Listing
:
FEDERAL AVIATION ADMINISTRATION, AJA-473 AJP - Technical Center (Atlantic City, NJ)
:
Charles Ross, 609-485-5360

charles.ross@faa.gov