The RFP Database
New business relationships start here

NextGen New Entrants Division (ANG-C)


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

Announcement:

In 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 interested vendors. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). Further, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals.

At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBAbs 8(a) Program. The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services with a size standard of $15M.

All responses (one per company) are to be provided on company letterhead and limited to a total of 20 typewritten pages. No type font less than 11 point may be used.

Background:

The New Entrants Division (ANG-C2) supports the evolution of the National Airspace System (NAS) by integrating research and development (R&D) to refine NAS operational requirements and influence NAS operational improvements and sustainment.

ANG-C2 manages the FAA's Unmanned Aircraft Systems (UAS) and Improved Multiple Runway Operations R&D portfolios. This includes program management responsibility for the execution of relevant R&D to support Aviation Safety and NextGen requirements for UAS integration into the NAS, wake separation standards, closely spaced parallel operations, and ground based augmentation system cost benefit studies. This Division manages the FAA's Center of Excellence for UAS as well as the FAA's UAS Pathfinder project for aerial media coverage. Additionally, this Division has a leading role in collaborating with external domestic and international partners, such as the U.S. Department of Defense, the National Aeronautics and Space Administration (NASA), and the European Organization for the Safety of Air Navigation (EUROCONTROL) to leverage relevant R&D to support the FAA's goals.

The New Entrants Division (ANG-C2) also conceptualizes, investigates, and executes initiatives and capabilities that support transforming the NAS. This includes separation standards (e.g. wake turbulence). Wake Separation Standards is an area that continues to develop and needs to be investigated, and have appropriate standards, processes and practices defined and subsequently bridged from development to operations. Wake efforts are focused on reducing separation standards between aircraft to increase capacity and efficiency and are being implemented at Charlotte-Douglas Airport, JFK, Newark Liberty, Chicago ObHare, Midway, San Francisco, and George Bush Intercontinental and Hobby Airports in Houston.


PURPOSE:

This market survey is to provide information for the FAA to consider in choosing the method and type of procurement. The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures.

In order to make this determination the FAA requires the following information from interested vendors:

CAPABILITY STATEMENT:

All responders must provide a Capability Statement that addresses the following (in order):

a.    Demonstrate your ability to provide overall project management support including quality assurance
b.    Demonstrate your ability to prepare and maintain program documentation, ensuring currency and accuracy
c.    Demonstrate your ability to research, analyze, evaluate, and report task information.
d.    Demonstrate your ability to provide systems engineering technical expertise with aviation domain knowledge in the following areas:
b"    EnRoute Automation Modernization (ERAM)
b"    EnRoute Information Display System (ERIDS)
b"    Terminal Automation Modernization and Replacement (TAMR)
b"    Terminal Information Display System (TIDS)
b"    Terminal Flight Data Manager (TFDM)
b"    Traffic Flow Management System (TFMS)
b"    NAS Voice System (NVS)
b"    Data Communication
b"    FAA Telecommunications Infrastructure (FTI)
b"    System Wide Information Management (SWIM)
b"    NextGen Weather Processor (NWP)
b"    Weather and Radar Processor (WARP)
b"    UAS
b"    Wake turbulence standards
b"    Wake mitigating procedures

e.    Demonstrate your ability to assist in the concept development, systems engineering, research definition, analysis and documentation of advanced aviation concepts and technical study topics related to NextGen UAS, ATM concepts and capabilities, including wake mitigation research, automated system/tool concepts, and integration/implementation.
SUBMISSION FORMAT:

Format        Quantity    Address
Electronic    1 set        Bill Willenbring

OR

Hard copy    1 original    Bill Willenbring
                950 LbEnfant Plaza SW
Room 422
                Washington, DC. 20024

NOTES: Electronic submission is preferred. Submissions must not exceed 20 pages in length. The electronic submission must be in either Microsoft WORD format or portable document format (PDF).

This market survey is for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 2:00 p.m. Eastern Time on December 4, 2017. For questions, requests for additional information, etc. regarding this market survey, contact Bill Willenbring, Contracting Officer, via E-mail: bill.willenbring@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), E-mail and mailing address(es).

This announcement is not intended to guarantee procurement of the services, and must 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 sources 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 FAAbs Contract Opportunities web page. It is the Offerorbs 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/28677 to view the original announcement.

William Willenbring, bill.willenbring@faa.gov, Phone: 202-267-7914

Click here to email William Willenbring

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP