Skip to main content

An official website of the United States government

You have 2 new alerts

CCS-W Maintenance and Sustainment

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 (Updated)
  • Updated Published Date: Feb 08, 2024 05:05 pm EST
  • Original Published Date: Jan 30, 2024 06:38 pm EST
  • Updated Response Date: Feb 21, 2024 05:00 pm EST
  • Original Response Date: Feb 21, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 21, 2024
  • Original Inactive Date: Apr 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DC01 - IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:

Description

INTRODUCTION 

In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 - this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from interested vendors.  This is not a Screening Information Request (SIR) or Request for Proposal (RFP).  The FAA is not seeking or accepting unsolicited proposals. 

This announcement is for information and planning purposes and is not to be construed as a commitment of any type by the Government.  The Government will not reimburse any costs incurred by vendors in responding to this notice.  Any costs associated with this Market Survey will be the sole responsibility of the vendor.  Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents.  The information received will not be released, except as required under the Freedom of Information Act (FOIA); proprietary information will be protected if appropriately marked.

At this time, the nature of the competition has not been determined. This Market Survey is intended to seek information from interested vendors of all sizes and types including large businesses. Both large and small businesses are encouraged to respond. 

The FAA may request that one, some, all, or none of the respondents to this Market Survey/Sources Sought provide additional information, and vendor participation in any information session is not a promise for future business with the FAA. 

PURPOSE 

The purpose of this market survey is to solicit statements of interest from businesses capable of providing maintenance and sustainment services for the FAA Conference Control System-Warrenton (CCS-W) located at the Air Traffic Control System Command Center (ATCSCC) in Warrenton, VA.  The anticipated period of performance will be 5 years (1-year base with 4 option years).  The anticipated award date is December 2025.

The FAA-ATCSCC is responsible for monitoring the overall traffic demand on the National Airspace System (NAS) and assessing the capabilities of the NAS to meet those demands.  Demands on the NAS include the flow of air traffic which includes air and ground delays. FAA -ATCSCC specialists use the CCS to coordinate with national and international aviation and weather organizations to establish and maintain telecommunications conferences. This expedites the flow of air traffic and enhances the safety and integrity of the NAS.  

The FAA anticipates that the following will be covered as part of the CCS-W scope:

  • Program Management
  • Configuration Management
  • Technical Support Services providing engineering support to resolve technical issues

(on and off-site)

  • Restoration of hardware and software to serviceable condition
  • Contractor Depot Logistics Support (CDLS)
  • Integrated Logistics Support including Diminishing Manufacturing Sources and Material Shortages (DMSMS)
  • Contract Data Requirements List (CDRL) Updates
  • Failure Summary Analysis
  • Operator, Supervisor/Administrator, and Maintenance Training.

All tasks noted above shall be in accordance with the following:

  • CCS-W Statement of Work, Revision 6, dated January 26, 2024
  • CCS-W Specification FAA-E-3016, SCN-4 dated November 28, 2012

Capability Statement Form 

Interested sources should respond to this Market Survey by providing a general Capability Statement in accordance with the requirements below.

  1. One (1) page letter of transmittal that includes:
  • name of the vendor/firm/corporation
  • available NAICS, Unique Entity Identifier (UEI), and CAGE code(s)
  • business size and socioeconomic status
  • point of contact (i.e. name, title, telephone, email)

  1. Capabilities Statement (maximum of 10 pages including cover sheet) that includes:
  • Description of similar and/or related services currently provided (or provided within the past five (5) years) of any experience your company has in deploying, maintaining, and sustaining a system in the NAS and/or in a system that has similar complexities and magnitude as the NAS. 
  • project description (contract or subcontractor number, if applicable)
  • dollar value
  • Period of performance (POP)
  • Description of experience in providing 24x7x365 maintenance and sustainment for large (200+ operator positions and up to 1,000 participants), high-capacity telecommunication conferencing system(s).
  • Description of experience in maintaining a replica system (Test Bed) at a facility (yours or others) for resolving technical issues and/or engineering changes and/or upgrades without disrupting an operational system.  Provide the geographic area(s) where the vendor/firm/corporation can locate the replica system.

Format guidelines:

  • Page Size – 8.5” x 11” inches     •   Margins – 1 inch
  • Spacing – single                          •   Font – Times New Roman, 12 point

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