The RFP Database
New business relationships start here

Market Survey for the Maintenance Automation Tool (MAT) objective of the Automated Maintenance Management System (AMMS) Program.


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

***Amendment to Market Survey 33964****

The purpose of this amendment is to provide FAA responses to industry questions. See Attachment D -- FAA Responses to Market Survey Questions.

***End of Amendment***

*******Original Market Survey is provided below****

Purpose
This market survey announcement is issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) policy 3.2.1.2.1, Market Analysis. Information received in response to this survey will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected if appropriately marked.

This is not a Screening Information Request or Request for Proposal.

This announcement provides the opportunity for industry to participate in an FAA market survey for the Maintenance Automation Tool (MAT) objective of the Automated Maintenance Management System (AMMS) Program.

The purpose of this market survey is to:
1) Seek market interest and gain knowledge of potential approaches for meeting the MAT capabilities, performance, and technical requirements;
2) Understand existing market capabilities to perform maintenance management, coordination, and scheduling;
3) Collect information on best practices; and
4) Collect information on the feasibility to leverage external interfaces.

The FAA seeks insight into potential efficiencies where developed architectures/software/tools are available, and potential challenges or conflicts.

Background
The ability to efficiently manage the maintenance of FAAbs equipment and systems is critical to the operation of the National Airspace System (NAS). Current stand-alone maintenance systems and processes are labor intensive with limited automated capability. AMMS will allow for the interfacing of maintenance systems through a Service-Oriented Architecture environment utilizing System Wide Information Management (SWIM) to create an enterprise infrastructure for sharing data between dispersed maintenance systems. This supports the Risk Based Decision Making initiative through the increased sharing of safety data among FAA organizations. AMMS will develop common enterprise data services for maintenance data and implement data standards for the exchange of data between services, systems, and equipment. AMMS will deliver advanced automated maintenance tools that will provide improved data integrity and increased situational awareness and enable maintenance practices that support predictive rather than periodic maintenance.

Description
The AMMS Program is a phased program, with the following objectives:
b"    The continued development of a maintenance data standard - Maintenance Management Information eXchange Model (MMIXM), and common data services for maintenance data;
b"    The migration of legacy and Next Generation (NextGen) maintenance systems and services into a service-oriented architecture environment (i.e., SWIM); and
b"    The modernization of Technical Operations (Tech Ops) MAT.
AMMS will be implemented in phases consisting of a series of data exchanges between services, systems, and equipment. As these interfaces are established, the exchange of data will be standardized, authoritative data sources identified, and data exchange services through SWIM utilized. AMMS will allow existing maintenance systems to evolve and improve current functionality by allowing enterprise access to the following related data categories:

b"    Maintenance Recording Information;
b"    Event Coordination Information;
b"    Scheduling Information;
b"    Configuration Management Information;
b"    Logistics Information;
b"    Administrative Information;
b"    Safety Information; and
b"    Enterprise Monitored NAS Information.
AMMS Phase 1 will focus on improvements to maintenance recording, event coordination, and scheduling functionality that exists within the legacy maintenance tools. The integration of maintenance records, event coordination data, Flight Check scheduling data, and Notice to Airmen (NOTAM) data will be achieved. Air Traffic Control System Specialists, along with Operations Control Center Specialist, will have an enhanced maintenance recording, event coordination, and scheduling tools.

AMMS Phase 1 will improve maintenance capabilities by automating the following:
b"    Related maintenance records to a single maintenance event;
b"    Automated NOTAM issuance/cancellation and NOTAM data association to maintenance events;
b"    Scheduling of corrective and periodic maintenance activities;
b"    Coordinating Flight Check schedules and maintenance activities;
b"    Access to electronic reference data by Air Traffic System Specialists; and
b"    Data analysis capabilities.
If approved, the AMMS Phase 2 program will continue to improve upon the enterprise infrastructure philosophy of sharing data between dispersed maintenance systems. Enhancements within the enterprise data services and data standard will allow for the exchange of data between logistics and configuration management systems and services. The maintenance automation tool will evolve to provide for improved situational awareness toward the portfolio of NAS lifecycle management systems and services.
Scope
The scope of this effort includes the procurement of either, but not both, a Custom-Built Maintenance Management Application or a Modified Commercial Off-The-Shelf (MCOTS) software solution. For the Custom-Built Maintenance Management Application, the effort will include the development of a new custom maintenance management software application and custom database structure. Whereas for the MCOTS software solution, software licenses and configuration of the software solution to meet Technical Operationbs Userbs needs will be required. For both alternatives, this effort would also include the installation of the software solution, testing, implementation, training FAA staff on how to use, maintain, and troubleshoot the software, post implementation technical support and training, and data storage.
Submission Requirements
Respondents should provide the following responses to this market survey:

1.    Completed Attachment A: Capability Statement - include a designated point of contact name, address, phone and email;
2.    Completed Attachment B: Questions; and
3.    Completed Attachment C: Business Declaration Form.

All responses (one per company) are to be provided on company letterhead and limited to a total of
17 typewritten pages. No type font less than 11 point may be used. Responses to this market survey will assist the FAA in further defining its requirements and developing an acquisition strategy for the requirements identified herein. At this time, the nature of any subsequent solicitation has not been determined nor has a Principal North American Industry Classification System (NAICS) size standard code been decided at this time.

Attachments:
Attachment A: Capability Statement
Attachment B: Questions
Attachment C: Business Declaration Form

SUBMISSION FORMAT:
Format: Electronic
Quantity: 1 set
Address: robert.c.taylor-ii@faa.gov

NOTES: Electronic submission is required. Submissions must not exceed 17 pages. The electronic submission should be in portable document format (PDF). Please note that the FAA email server restricts file size to 20 MB per email message; therefore, responses may have to be submitted in more than 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. All Submissions must be received by 5:00 p.m.
Eastern Time on July 30, 2019. For questions, requests for additional information, etc. regarding this market survey, contact Robert C. Taylor II, Contracting Officer, no later than 5:00 p.m. Eastern Time on July 10, 2019 via Email: robert.c.taylor-ii@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), E-mail address(es) (if available), and mailing address. This announcement is not intended to guarantee procurement of the services, and shall 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 for this announcement, and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a source 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 FAA's Contract Opportunities web page. It is the offeror's responsibility to monitor this site for the release of the solicitation.
                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/34163 to view the original announcement.

Amy Wright, amy.wright@faa.gov, Phone: 202-267-4425

Click here to email Amy Wright

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP