Child Care Subsidy Program
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: Sources Sought (Original)
- Original Published Date: Aug 22, 2023 11:34 am EDT
- Original Response Date: Sep 12, 2023 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Sep 27, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
1. Introduction/Purpose
The Federal Aviation Administration (FAA), Office of the Assistant Administrator of Human Resources (AHR), Compensation, Benefits, Strategy, and Work Life (AHB) is responsible for oversight of the administration of the FAA’s childcare subsidy program (CCSP). The FAA has a requirement for administration of the CCSP, which assists lower-income federal employees with the costs of childcare. The attached DRAFT Statement of Work (SOW) contains the CCSP requirements. The FAA anticipates a single-award contract comprising of a one-year base period and four one-year option periods for a total potential period of performance of five years.
2. Incumbent Contractor
There is one (1) incumbent contractor for this procurement:
FIRST FINANCIAL ASSOCIATES, INC.
7079 Hyden Quarry Rd.
Lithonia, GA 30038-2506
3. Nature of Market Survey
Responses to this market survey will be used to develop the FAA’s acquisition strategy to fulfill these requirements, including, without limitation, to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)/SDVOSB), Small Businesses, or if an unrestricted competition is required. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.
4. Objectives for this Market Survey
The responses to this Market Survey will be used for informational and planning purposes only.
A. This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind.
B. The FAA is not seeking or accepting unsolicited proposals.
C. The FAA may request that one, some, all, or none of the respondents to this Market Survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA.
D. Any information provided under this market survey is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction.
E. Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any.
F. Respondent participation in any informational session is not a promise of future business with the FAA.
G. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.
H. Any costs associated with the market survey submittal is solely at the interested vendor’s expense.
5. North American Industry Classification System (NAICS) Code
This procurement is using the following NAICS codes.
Code Description Size Standards
541611 Administrative Management and General Management Consulting Services $24.5M
541612 Human Resources Consulting Services $29.0M
6. Submittal Requirements for Market Survey
Responses to this Market Survey must include the following information:
A. Capability Statement – This document is limited to no more than five (5) pages and must include:
1) A draft Statement of Work for this project is included for informational purposes. Provide a concise description of:
(a) Your experience in performing efforts of similar size, scope and complexity to those contemplated in the attached draft SOW. The description should include the size and type of those efforts, period of performance, agency/organization supported, and individual points of contact (contracting officers or program managers).
(b) Your capabilities in performing support services in the areas identified in the attached draft SOW.
(c) Any comments or recommendations you may have to the attached draft SOW.
2) Unique Entity ID in the Federal Government System for Award Management (SAM). Current and potential Government vendors are required to register in SAM to be awarded contracts by the Government. The website for SAM is www.sam.gov.
3) As applicable, a copy of the vendor’s Certification Letter identifying a preferred socio-economic status (such as SBA 8(a), Small Business, SDVOSB, VSB, etc.).
7. Delivery of Submittals
All responses to this market survey must be submitted by 2:00 pm (Eastern Time) on September 12, 2023. Submissions received after this time and date will be considered late and may not be reviewed. All submittals, including attachments, should be submitted in electronic format (email) to: anita.m.flack-colon@faa.gov . Please include the Market Survey title in the e-mail submission. The Government will not accept any telephone calls. There is no question and answer period for this Market Survey.
8. Attachments
A. Draft Statement of Work
Attachments/Links
Contact Information
Contracting Office Address
- AAQ-400, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
- WASHINGTON , DC 20591
- USA
Primary Point of Contact
- Francisco Felix
- francisco.felix@faa.gov
Secondary Point of Contact
History
- Sep 27, 2023 11:55 pm EDTSources Sought (Original)