Web-based Acquisition Source Selection Evaluation Tool (ASSET) Software-as-a-Service (SaaS)

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159418804434615
Posted Date: Oct 24, 2023
Due Date: Oct 31, 2023
Source: Members Only
Follow
Web-based Acquisition Source Selection Evaluation Tool (ASSET) Software-as-a-Service (SaaS)
Active
Contract Opportunity
Notice ID
693KA8-23-R-00030
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA8 SYSTEM OPERATIONS CONTRACTS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Oct 24, 2023 02:46 pm EDT
  • Original Published Date: Sep 26, 2023 09:56 am EDT
  • Updated Response Date: Oct 31, 2023 05:00 pm EDT
  • Original Response Date: Oct 26, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 15, 2023
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Washington , DC 20591
    USA
Description View Changes

DISCLAIMER: THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A Request for Proposal may be made under a separate announcement in the future. However, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor’s expense.



I. CONTRACT OPPORTUNITY

Title: Acquisition Source Selection Evaluation Tool (ASSET) Software-as-a-Service (SaaS)



Notice ID: 693KA8-23-R-00030



Brief Description: Request for Information to industry for a SaaS to provide a web-based source selection tool for use during Offeror proposal evaluation



Agency: DEPARTMENT OF TRANSPORTATION



Sub-tier: FEDERAL AVIATION ADMINISTRATION, FAA National Headquarters

800 Independence Ave, SW, Orville Wright Building, Washington, DC 20591



Office: ATC Communications & Datacom, AAQ-320



II. GENERAL INFORMATION

Contract Opportunity Type: RFI Sources Sought (Original)

Original Published Date: TBD

Original Response Date: October 26, 2023 at 5:00 EDT

Original Inactive Date: 15 days after response date

Initiative: None



III. CLASSIFICATION

Original Set Aside: None

NAICS Code: 541611, 541511, 541512

Place of Performance: Contractor’s Facility in the United States



IV. PURPOSE

In accordance with FAA’s AMS Policy 3.2.1.2.1, this RFI is for market analysis to initiate industry involvement, develop and refine the procurement strategy, and identify potential sources that are able to meet FAA's requirements described in Attachment A.



The FAA is issuing a Request for Information (RFI) for market research to identify commercial vendors that can provide Acquisition Source Selection Evaluation Tool (ASSET) Software-as-a Service (SaaS) that can support up to 85 evaluators in performing proposal evaluations in accordance with stated evaluation criteria. The ASSET SaaS will support FAA-wide or Headquarters-wide program offices in the process of evaluating complex competitive procurements. The evaluation tool must offer user licenses, training, set-up, configuration, customization (no software development), Help Desk and other requirements. The procurement strategy has not been determined at this time. Either an unrestricted competition or a set-aside will be chosen depending on the capabilities and responses to this Sources Sought RFI Notice. This RFI is to gather market research to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required services. The responses to this RFI will help determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or Socially & Economically Disadvantage Business (SEDB/8(a)) certified firms or other size businesses.



The FAA is also soliciting feedback from potential vendors regarding the ability to provide the Source Selection Evaluation Tool described in Attachment A as follows:

1. Are there any requirements described in Attachment A that would require significant development (i.e., development the potential vendor would not be willing to complete prior to award of the contract)?

2. Which requirements described in Attachment A would present an impractical technical challenge?

3. Are there any requirements missing from Attachment A that the FAA should consider adding? Include an explanation of why the additional requirement(s) should be added.





V. INSTRUCTIONS FOR SUBMITTALS



Responses must be submitted via e-mail to:

Michael Tekle

Contracting Officer, AFN/AAQ-320

Michael.e.tekle@faa.gov



The email subject line must state the SAM.gov announcement title ‘Acquisition Source Selection Evaluation Tool (ASSET) Software-as-a-Service (SaaS)’ followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 20 pages.



Industry feedback will be considered in the preparation of formal solicitations and it is the Government's intention that comments and responses will be distributed electronically to all potential Offerors via the SAM website. However, the Government does not commit to providing a response to any comments. The subsequent revision to the requirement remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified above.



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 October 26, 2023. Submissions prior to October 26 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.



Responses must be submitted only in electronic format according to the format guidelines below. Electronic copies must be provided in Microsoft Office or Adobe PDF (portable document file) format.

Format guidelines:

• Page Size – 8.5” x 11” inches

• Margins – 1 inch

• Spacing – single

• Font – Times New Roman, 12 point

• Total page limit - 20



Submissions must include company Information: Company Name, DUNS number and CAGE Code, Universal Reference Locator (URL) for the company’s website, company point-of-contact (POC), and POC phone number and e-mail address. Responses will not be returned. Any proprietary or confidential information contained in the market survey submissions must be appropriately marked.



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



Notes:

The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). Information about FAA’s acquisition policies can be addressed at https://fast.faa.gov.



If this announcement is viewed from a site other than the System for Award Management (SAM) website, some information or attachments may not transfer correctly. Please periodically check the FAA’s contracting opportunities at the website http:/sam.gov for any amendments to this announcement before October 26, 2023.



Contact Michael Tekle, Contracting Officer via email to michael.e.tekle@faa.gov for any questions related to this RFI.



VI. ATTACHMENTS/LINKS



Attachments

Document File Size Access Updated Date

Attachment A Public



Links

Display Name Updated Date

N/A



VII. CONTACT INFORMATION



Contracting Office Address: 800 Independence Avenue, SW, Room 409, Washington, DC 20591

Primary Point of Contact: Michael Tekle, Contracting Officer ACQ-320, michael.e.tekle@faa.gov


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

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 >