EPICS II Support Services Contract

Agency: TRANSPORTATION, DEPARTMENT OF
State: District of Columbia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159369278669479
Posted Date: Apr 30, 2024
Due Date: Jul 28, 2023
Solicitation No: 693KA8-23-RFI-EPICSII-02
Source: Members Only
Follow
EPICS II Support Services Contract
Active
Contract Opportunity
Notice ID
693KA8-23-RFI-EPICSII-02
Related Notice
698KA8-23-EPICSII
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA8 SYSTEM OPERATIONS CONTRACTS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 30, 2024 04:39 pm EDT
  • Original Published Date: Jul 05, 2023 10:40 am EDT
  • Updated Response Date: Jul 28, 2023 05:00 pm EDT
  • Original Response Date: Jul 26, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 31, 2024
  • Original Inactive Date: Aug 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Washington , DC 20591
    USA
Description

PURPOSE



This announcement is in addition to Notice ID: 698KA8-23-EPICSII posted to SAM.gov on August 17, 2022. The purpose of this notice is to:




  1. Request additional capability statements from small businesses with a brief explanation on the number of Full Time Equivalents (FTEs) available to fill all or some of the EPICS II Functional Areas (FAs) listed below based on current staffing levels.

  2. Provide clarification of the NAICS code. The NAICS code for this procurement is 541330 – Engineering Services except Military and Aerospace Equipment and Military Weapons. The size standard exception under this code for Military and Aerospace Equipment and Military Weapons of $41.5 million is expected to apply.



DISCLAIMER



This is not a screening information request (SIR) or request for proposal. FAA will not award a contract or purchase order as a result of submissions received in response to this RFI/market survey. The FAA is not seeking or accepting unsolicited proposals.



The FAA is seeking interested sources that are capable of fulfilling the FAA’s requirements. In accordance with FAA’s Acquisition Management System (AMS) Policy 3.2.1.2.1, this market survey is to solicit statements of interest and capabilities from interested business concerns and seeks to identify potential vendors for this work. For questions about FAA’s acquisition policies, please visit https://fast.faa.gov which provides the FAA’s AMS) Policy and Guidance as well as provisions and clauses used by the FAA in its acquisitions.



All costs associated with the preparation or submission of responses is the responsibility of the potential source. The U.S. Government will not pay for an information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submission, therefore, is solely at the interested vendor’s expense.



BACKGROUND



The FAA intends to award multiple IDIQ contracts utilizing unrestricted competition, as well as a combination of small and small disadvantaged business set asides for contractor support services to the FAA, as determined appropriate based upon the market analysis. Task Orders issued will be either firm fixed price (FFP), time and materials (T&M), or labor hours (LH). Travel and Other Direct Costs (ODCs) will be based on actual costs. Each EPICS II Task Order will be issued on a direct award basis to one (1) of the awardees.



EPICS I contracts have a shared ceiling of $803,000.00. The total level of effort for EPICS I is four hundred sixty-five (465) Full Time Equivalents (FTEs) and the FAA anticipates a significant increase in the level of effort under EPICS II.



The FAA has experienced significant growth due to the increasing demand of telecommunications systems and services from essential FAA programs including, but not limited to:




  • VoICE Program

  • Next Generation Air/Ground Communications (NEXCOM)

  • System Wide Information Management (SWIM)

  • FAA Enterprise Network Services (FENS)



REQUIREMENT



The objective of EPICS II is to obtain contractor support services that will support programs within the FAA’s Communications, Information, Network Programs (CINP), Data Communications (DataComm) program and the newly formed Telecommunications Integrated Services Organization (TISO).



The EPICS II requirement for contractor support services for CINP, TISO and DataComm organizations are categorized into the following Functional Areas (FAs) in the Statement of Work (SOW).




  • Systems Engineering

  • Program Management Support

  • Administrative Support

  • Studies, Analyses, and Evaluation

  • Information Systems Development and Support

  • In-Service Management and Support

  • Business and Financial Management



RESPONSES



In accordance with AMS Procurement Guidance T3.2.1.2, Market Analysis, and in support of the FAA’s commitment to expanding procurement opportunities for small businesses (T3.6.1, Small Business Development Program), the FAA seeks information from interested, capable small business contractors. The FAA is seeking responses from small businesses, to include all socioeconomic certifications and status, about their Full Time Equivalents (FTEs) capability based on current staffing levels that can fulfill some or all of the above Functional Areas (FAs) in the EPICS II requirement. Responses should also include the vendors’ staffing plans to increase FTE capability, if applicable.





1. One (1) page letter of transmittal that includes:




  • name of the vendor/firm/corporation

  • available NAICS and CAGE code(s)

  • business size and socioeconomic status

  • point of contact (i.e. telephone, email)



2. Five (5) page Capabilities Statement must include:



* Similar and/or related services currently provided (or provided within the past five (5) years)




  • project description (contract / subcontractor number)

  • dollar value

  • period of performance (POP)

  • project FTEs aligned to any and/or all the EPICS II FAs



* Vendor’s current staffing levels (FTEs) aligned to any and/or all of the EPICS II FAs



* Geographic area(s) where the vendor/firm/corporation can provide service(s)



3. Two (2) page Staffing Plans:




  • submission should include the vendor’s staffing plan to increase (if applicable) the number FTEs to fill any and/or all EPICS FAs

  • the staffing plan may include a breakdown of a vendor’s total FTEs by existing staff and new hires including, but not limited to subcontractors to fill any and/or all of the EPICS II FAs

  • the staffing plan may include sources including, but not limited to subcontractors a vendor would use to identify a candidate new hires for any and/or all EPICS II FAs



The total page count of the RFI response is eight (8) pages (i.e. letter of transmittal, Capabilities Statement and Staffing Plan).



Format guidelines:




  • Page Size – 8.5” x 11” inches • Margins – 1 inch

  • Spacing – single • Font – Times New Roman, 12 point



Responses must be submitted via email to:



Elizabeth H. Williams



Contracting Officer, AAQ-320



elizabeth.h.williams@faa.gov



AND



Alessha M. Mason



Contracting Officer, AAQ-320



alessha.m.mason@faa.gov



The email subject line must state the SAM.gov announcement number followed by the company name. 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.) Any proprietary or confidential information contained in the market survey submissions must be appropriately marked.



Submission of electronic files on digital data storage media (i.e., Blu-ray, DVD or CD; flash drives) will NOT be accepted. All submissions in response to this announcement must be in writing and are due by 5:00 PM EDT on July 28, 2023. Submissions prior to the requested submission date are encouraged and will be accepted. Telephone calls or paper submissions will not be accepted. Comments and questions on the Market Survey are not considered part of the response submission.



The FAA will not provide feedback on any of the submitted materials.



If your firm/corporation previously provided a response to Notice ID: 698KA8-23-EPICSII (posted on August 17, 2022), you are encouraged to resubmit to include the additional information requested in this announcement or respond to the subject RFI.



The FAA is only focusing on small business and small business with socioeconomic status for this announcement.



Responses from large business will not be reviewed under this announcement.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-30, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
  • WASHINGTON , DC 20591
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jul 5, 2023[Presolicitation (Original)] EPICS II Support Services Contract
Jul 6, 2023[Presolicitation (Updated)] EPICS II Support Services Contract
Jul 11, 2023[Presolicitation (Updated)] EPICS II Support Services Contract

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >