Search Contract Opportunities

Program Management Office (PMO) Technical Assistance Contract (PTAC)

ID: 693KA9-23-R-00009 • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 7, 2023, 5:02 p.m. EDT

MARKET SURVEY ANNOUNCEMENT : FOR Program Management Office (PMO) Technical Assistance Contract (PTAC)

693KA9-23-R-00009

The purpose of this Amendment to the Market Survey is to publish the List of Interested Parties, in relation to the subject Market Survey.

The companies gave FAA permission to have their company contact information publicized -after they responded to the subject Market Survey. Interested Parties should reference the listed companies for the purpose of teaming and subcontracting opportunities. FAA does not intend to further engage or entertain questions related to this Market Survey.

Attachments

(a) Draft Statement of Work (SOW) /Specification

(b) List of Publicized Companies

Posted: March 10, 2023, 3:04 p.m. EST

MARKET SURVEY ANNOUNCEMENT : FOR Program Management Office (PMO) Technical Assistance Contract (PTAC)

693KA9-23-R-00009

1. Introduction/Purpose

The purpose of this market survey is to inform industry of the FAA's intent to award multiple new contracts as a follow-on to FAA's Program Support Services (PSS) contracts. This action is required due to the expiration of the PSS contracts on December 31, 2027.

This announcement requests industry input and current marketplace information from both large and small business firms to assist the FAA in its acquisition planning for this continuing requirement: Program Management Office (PMO) Technical Assistance Contract (PTAC).

The PSS Program has six incumbent contractors who support the ATO through one hundred and fifty active task orders. A primary objective of the PTAC procurement is to streamline the ordering process and reduce the number of task orders. The FAA intends to combine the task orders for each supported directorate and then issue multiple awards. The FAA seeks Industry comments on this approach as part of this market survey request.

The duration of the planned awards may be up to seven (7) years: with a one year Base Period and Six-one year Option periods (this planned duration is subject to change). Task order awards are not anticipated to exceed seven years in duration, with pre-priced options. FAA intends for the future awarded contracts to use a shared ceiling.

In response to the competitive acquisition process, the Government anticipates the award of multiple Indefinite Delivery Indefinite Quantity (IDIQ) type contract vehicles. FAA plans to issue individual Task Orders to fund these IDIQ contracts (see AMS Clauses 3.2.4-16 Ordering and 3.2.4-20 Indefinite Quantity). The maximum cumulative dollar ceiling value of all contracts awarded under the future SIR is currently estimated at $1.3 Billion. FAA plans that all contracts will share this combined ceiling rather than having individually established ceilings, and the cumulative ceiling of all task orders issued will not exceed $1.3 Billion. This information provides estimates that are subject to change.

PROJECTED SCHEDULE OF EVENTS (the projected dates are estimates and are subject to change)

Milestone -Tentative Date (Estimates only-and subject to change)

Final SIR Issued: April 4, 2025

Proposals Due from Offerors: July 15, 2025

Source Evaluation: July 3, 2026

Contract Award: February 10, 2026

2. Incumbent Contractor(s)

There are six prime contractors providing support services under the Program Support Services (PSS) contracts. The PSS Contractors and contracts are (alphabetically listed below):

(1) A3T Technology, 693KA9-22-D-00003

(2) Cavan Solutions, 693KA9-21-D-00013,

(3) L.S. Technologies (LST), 693KA9-21-D-00002,

(4) Oasis/HSI, 693KA9-21-D-00004,

(5) SAIC, 693KA9-21-D-00003,

(6) Regulus, 693KA9-21-D-00005

These prime contractors provide functional area support across the PMO directories.

PMO Technical Assistance Contract (PTAC) will be a follow-on to Program Support Services (PSS) and will support operations in the Program Management Organization (PMO) of the Federal Aviation Administration's Air Traffic Organization (ATO). The professional and technical support services acquired under this contract will assist in achieving agency strategic goals by providing mission critical support to the following PMO Directorates:

Program Control and Integration (AJM-1): Directorate's focus areas include program control, cross-cutting analysis and integration, and special initiatives. Additionally, AJM-1 strengthens the relationships of Mission Support Services, Aviation Safety, and the NextGen organizations among other programs to ensure value for the operation and promised NextGen benefits for airspace users.

Air Traffic Systems Directorate (AJM-2): is responsible for developing, deploying and operating systems that deliver services to all segments of the NAS, including systems that support decision-making for traffic flow managers and systems that provide services directly to pilots for improved safety and efficiency.

Enterprise Services Directorate (AJM-3): develops, acquires, deploys, maintains, sustains, and improves navigation, communications, weather, and aeronautical information products and services for the NAS.

Surveillance Services Directorate (AJM-4): focuses on the surveillance systems that provide the complete picture for operations taking place in the National Airspace. These systems range from traditional ground based radar to more advanced GPS based positioning systems.

The PTAC vehicle will also support other directorates by providing knowledgeable resources to support the ATO objectives of safe, secure, efficient, responsive air transportation system to the nation and global aviation community.

PTAC will replace expiring PSS contracts that provide support services through distinct functional areas. The core functional service areas required under the PTAC scope of work include the following:

Functional Areas of Support:

(1)Systems Engineering Support

(2)Software Engineering Support

(3)Hardware Engineering Support

(4)Human Factors Engineering Support

(5)Information Systems Security Support

(6)Safety Management Support

(7)Strategic Planning Support

(8)Program Management Support

(9)Configuration Management Support

(10) Business, Financial, and Acquisition Management Support

(11) Administrative Management Support

(12) Training Assistance Support

(13) Testing Support

(14) Logistics Support

(15) Implementation Support

(16) Facilities Support

(17) Operational Support

(18) Performance and Data Management Analysis

(19) Meteorological Support

(20) Communications Support

(21) Cyber Security Support

(22) Cloud implementation and maintenance support

(23) Research and Development Support

(24) Telecommunications Support

These functional areas may be grouped to support a range of technical, operational, management and administration task found in PMO's portfolio of programs.

3. Nature of Competition

The Government plans to conduct a single procurement to establish multiple-award, Indefinite Delivery/Indefinite Quantity (ID/IQ), type contracts. Awards to both small and large businesses are planned; the projected number of awards are not known at this time.

4. Standard Language

  1. This is not a Screening Information Request or Request for Proposals of any kind;
  2. The FAA is not seeking or accepting unsolicited proposals;
  3. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and
  4. Any costs associated with the market survey submittal is solely at the interested vendor's expense

A SIR/Request for Proposal may be made under a separate announcement in the future.

The purpose of this Markey Survey is 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 supplies outlined in this document, in the timeframe stated in this document. The responses to this survey will help determine the acquisition strategy and whether adequate competition exists for Small Business set-aside.

5. North American Industry Classification System (NAICS) Code

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 $47M currently applies.

6. Submittal Requirements for Market Survey

Interested Parties are required to submit the following documentation and respond to the listed information before the stated deadline:

  1. Statement of Work: Please comment on attachment 1, Statement of Work
  2. Business Declaration Form: Please complete and provide attachment 2, Business Declaration Form with your Market Survey response.
  3. Capabilities Summary: Provide a brief description of the company, its services, number of employees, and National Airspace System (NAS) capabilities and its viability and capacity for supporting the relevant SOW task areas. Limit response to 10 pages or less. Companies are encouraged to respond to this Market Survey by submitting a brief Capability Statement of no more than 10 pages describing their ability to successfully perform the tasks in the draft SOW along with their experience performing similar work.
  4. Streamline Ordering Process: Please comment or provide suggestions to streamline the ordering process and reduce the number of task orders.

Responses MUST demonstrate that any interested entity can meet the EXACT specifications in the SOW.

7. Delivery of Submittals

All responses must be submitted via email to Natalie.burgess@faa.gov, no later than 2:00pm EST, April 6, 2023. Responses received after this date and time will not be considered.

Submittal emails must include the subject line 693KA9-23-R-00009 Response to Market Survey [insert Name of Interested Party] .

Electronic submissions should be in either Microsoft Word, or pdf. Also, please note that the FAA e-mail server restricts file size to 10 MB. Submission must include company point(s) of contact, telephone number(s), email address (es), and mailing address. Under no circumstances are communications authorized on this matter directly with the technical/requiring/program office.

Interested Parties are advised to mark any proprietary information that is included in their responses.

The FAA plans to publicize a list of those companies which have given us permission to have their names listed. The FAA intends this listing to promote further teaming and subcontracting opportunities within the business community. If a respondent desires to have its name so publicized, please state so , and provide the name and phone number of a designated contact point. Companies who do not explicitly authorize listing their names will not be listed.

For more information related to Small Businesses and Teaming Arrangements, refer to the FAA's Small Business Office Website www.sbo.faa.gov. The FAA's small business data base, Source-Net, is a good resource to find potential partners/teaming arrangements.

The FAA does not intend to directly respond to public inquiries or recommendations provided for this Market Survey. The FAA intends to utilize these Industry comments to assist the FAA in defining the requirements.

8. Attachments

(a) Draft Statement of Work (SOW) /Specification Attachment 1

(b) Business Declaration Form- Attachment 2

Overview

Response Deadline
June 7, 2023, 6:00 p.m. EDT (original: April 6, 2023, 2:00 p.m. EDT) Past Due
Posted
March 10, 2023, 3:04 p.m. EST (updated: June 7, 2023, 5:02 p.m. EDT)
Set Aside
Partial Small Business (SBP)
Place of Performance
Washington, DC 20591 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Time & Materials
Est. Level of Competition
Low
Odds of Award
12%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
69% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 3/10/23 FAA Headquarters issued Sources Sought 693KA9-23-R-00009 for Program Management Office (PMO) Technical Assistance Contract (PTAC) due 6/7/23. The opportunity was issued with a Partial Small Business (SBP) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC R425.
Primary Contact
Name
Natalie Burgess   Profile
Phone
(202) 267-4039

Secondary Contact

Name
Tim Spencer   Profile
Phone
(202) 267-0450

Documents

Posted documents for Sources Sought 693KA9-23-R-00009

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought 693KA9-23-R-00009

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 693KA9-23-R-00009

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 693KA9-23-R-00009

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 693KA9 CONTRACTING FOR SERVICES
FPDS Organization Code
6920-693KA9
Source Organization Code
500000013
Last Updated
June 22, 2023
Last Updated By
natalie.burgess@faa.gov
Archive Date
June 22, 2023