Skip to main content

An official website of the United States government

You have 2 new alerts

Alaska Flight Service Automated System Market Survey

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jul 26, 2023 12:13 pm EDT
  • Original Response Date: Aug 09, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 24, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

This Market Survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1.

This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendor’s expense.

I.  INTRODUCTION/ BACKGROUND

The Federal Aviation Administration (FAA) is currently assessing acquisition strategies to support continued Flight Service operations in Alaska. An acquisition strategy has not been determined at this time.

Currently, the FAA has a contract with L3Harris Technologies, Inc. (Contract DTFAWA-15-C-00006) for operation and support of the Operational and Supportability Implementation System (OASIS) II flight service automation system in Alaska. OASIS II is a leased system. The system was acquired as a managed service in which the contractor owns the hardware and software and is responsible for 2nd level engineering, configuration management, depot maintenance, and 24/7 Help Desk support to FAA operators and maintainers. FAA Air Traffic personnel operates OASIS II and FAA Technical Operations personnel performs first-level maintenance. The FAA also tests, approves, and provides authorization for implementation of all OASIS II changes. The period of performance, including all options, if exercised, ends June 30, 2025. 

In the near term, the FAA will need an automation system in Alaska that is operational by July 1, 2025 to support Flight Service operations in Alaska. It is anticipated that the period of performance will be approximately five (5) years. The scope of work will be for delivery and installation of a flight service automation system as well as 24/7 technical and operational support to FAA Air Traffic Specialists and Technical Operations personnel at the seventeen (17) Flight Service Stations in Alaska. 

II. PURPOSE

The purpose of this Market Survey is to assess market interest and capabilities to satisfy the attached draft requirements by July 1, 2025 for a potential contract opportunity to provide an Alaska Flight Service automation system. 

To assist with vendor responses, the FAA is providing the following attachments:

  • Attachment 1 - DRAFT OASIS Statement of Work (SOW)
  • Attachment 2 - DRAFT OASIS Specification
  • Attachment 3 – Business Declaration Form

III. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE

The Principal North American Industry Classification System (NAICS) code for this requirement is 541330, Engineering Services. The size standard for this NAICS code is $25.5M.

IV. CAPABILITY STATEMENT FOR POTENTIAL CONTRACT OPPORTUNITY

Interested vendors in the potential contract opportunity are requested to submit company information and a Capability Statement that includes qualifications, experience, and capability to meet the requirements in the attached Draft SOW and Draft System Specification. In the response, please highlight:

  • The vendor’s technical expertise, experience, and capability to fully deploy and achieve live operations at all 17 Flight Service Stations within Alaska by July 1, 2025. 
  • Previous experience with deployment of automation systems within the National Airspace System (NAS) particularly evidence of experience with FAA test, training, security certification and authorization, and safety policy and requirements.
  • Description of the vendor’s automation system architecture and the system and network architecture that would be deployed in Alaska using the FAA Telecommunications Infrastructure (FTI) including the Alaska Satellite Telecommunications Infrastructure (ASTI) enterprise
  • Experience providing aviation weather products and displaying weather graphics
  • Experience providing flight planning services and compliance with FAA Order 7110.10
  • Experience interfacing with NAS systems that exchange flight and weather information
  • Experience providing 2nd level engineering support
  • Ability to effectively plan, develop, implement, and support automation system hardware or software upgrades to comply with NAS and/or National Weather Service requirement changes.
  • A statement indicating that the vendor’s automation system currently does or does not provide the following:
    • Current and forecast weather information
    • Integrated text and weather graphics products
    • Notice to Air Missions (NOTAM) information
    • Domestic and International Civil Aviation Organization (ICAO) Flight planning services to authorized users
    • Search and rescue (SAR)
    • Event reconstruction for accident and incident investigation
    • Overlays – on majority of graphics – of the planned route of flight, including Temporary Flight Restrictions (TFRs), Airman’s Meteorological Information (AIRMETs) & Significant Meteorological Information (SIGMETs), airports, Navigation Aids (NAVAIDS), Aviation Routine Weather Reports (METARs), Terminal Forecasts (TAFs), Airways, Air Route Traffic Control Center (ARTCC) boundaries, Special Use Airspace (SUA).
    • Ability to input and display Specialist created local graphics
    • Sectional Charts
    • Dynamic display of Inbound, Proposal, Suspense, and SAR lists
    • Law enforcement/stolen aircraft alerts
    • 56 day National Database Charting cycle update capability
  • A high-level notional schedule and Rough Order of Magnitude (ROM) for the implementation of the vendor’s Alaska Flight Service automation system solution, including any associated assumptions.

In addition, the FAA requests that respondents submit a completed Business Declaration Form (Attachment 3). Please use SAM Unique Entity Identifier (SAM UEI) Number instead of DUNS Number.

Responses should not exceed twenty (20) pages. The page limit does not apply to or include the Business Declaration Form.

V.  INSTRUCTIONS FOR SUBMITTALS

Vendors must submit responses to this Market Survey electronically in Microsoft Office format, Times Roman Font size 12. If submissions are provided in portable document file (PDF) format, a Microsoft Word version of the responses must also be provided. All responses to this Market Survey must be in writing. Interested vendors are requested to submit responses no later than August 9, 2023 by 4:00PM EDT. All responses must be submitted to the Contracting Officer, Patrick Weare at patrick.weare@faa.gov. Submissions must include company point(s) of contact, title(s), telephone number(s), e-mail address(es), and mailing address.

Responses will not be returned. The FAA intends to utilize information provided in the response to this Market Survey in finalizing its acquisition strategy. 

Any proprietary or confidential information contained in the Market Survey submissions should be appropriately marked. 

Please direct any inquiries regarding this Market Survey to Patrick Weare at patrick.weare@faa.gov.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History