Skip to main content

An official website of the United States government

You have 2 new alerts

Amendment 0002 to Screening Information Request/Request for Proposal for Corporate Work Plan Program Management and IT Services

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: Solicitation (Updated)
  • Updated Published Date: Mar 12, 2024 08:58 am EDT
  • Original Published Date: Feb 22, 2024 04:12 pm EST
  • Updated Date Offers Due: Mar 21, 2024 05:00 pm EDT
  • Original Date Offers Due: Mar 14, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 10, 2024
  • Original Inactive Date: May 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Washington , DC 20591
    USA

Description

(1) INTRODUCTION: The FAA William J. Hughes Technical Center at the Atlantic City International Airport, NJ, has a requirement for Corporate Work Plan Program Management and IT Services

(2) CONTRACT TYPE AND PERIOD OF PERFORMANCE: The Government contemplates awarding a five-year Time and Materials (T&M), Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract.

(3) NATURE OF COMPETITION: The acquisition strategy for this procurement is an 8a Set-aside.  

The NAICS code for this requirement is 541511 Custom Computer Programming Services  Communication Equipment Repair and Maintenance, which has a size standard of $34.0M.

(4) TWO PHASE BEST VALUE SOURCE SELECTION

This is a request for proposals for Phase I only. Phase II requests will be made directly only to Offerors who participate in Phase I. This request will be at the conclusion of the Phase I evaluations.

(5) STANDARD LANGUAGE: This announcement does not obligate the Government to award any effort resultant from this Solicitation/Screening Information Request (SIR). The FAA will not pay any costs associated with responding to or providing a submission in response to this posting.

(6) DELIVERY REQUIREMENTS: Questions and comments regarding Phase I of this SIR must be submitted, in writing only, by 5:00 PM Eastern Time on 5 March 2024 via email to the Contracting Officer at Kevin.p.Smith@faa.gov. Phase I participants will be provided a due date for questions and comments regarding Phase II of this SIR when they received their advisory notice. Only Phase I participants will receive this notice.

The Offeror must submit the proposal via email with a subject line identified as “Proposal in Response to SIR 692M15-22-R-00006 [insert Offeror’s Name]” to the designated POC identified in AMS Provision 3.2.2.3-20 Offers. The submission date and time for the proposal must be no later than the date and time specified in this announcement or as amended via an SF-30 Amendment of Solicitation. Any proposal received after the specified submission date and time is considered “late” and will not be considered for award.

(7) SIR ATTACHMENTS: Solicitation 692M15-22-R-00006, completed with Phase I and II requirements, is attached below along with all applicable attachments, as outlined in Section J.

The Acquisition Management System (AMS) applies to Federal Aviation Administration (FAA) in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law.

AMD 0001

(1) The purpose of Amendment 0001 is to respond to Industry questions which are provided as an attachment to this posting along with the AMD 0001 Cover Page

(2) Offeror's are advised to read the Q&A document and return with their Phase I proposal a signed AMD 0001 cover page

(3) All other terms and conditions remain unchanged and in full effect and there is no change to the due date resulting from this Amendment.

AMD 0002

(1) The purpose of Amendment 0002 is to extend the Phase I proposal due date from 14 March 2024, 5:00 PM EDT to 21 March 2024, 5:00 PM EDT to allow for the FAA to respond to questions from industry. Those responses will follow in a subsequent amendment.

(2) Amendment 0002 is added to this posting. Also included are signed versions of the original SIR and Amendment 0001 to replace the original unsigned documents. Offerors are requred to sign both documents and include with their proposal submittal along with any other amendments.

(3) All other terms and conditions remain unchanged and in full effect and there is no change to the due date resulting from this Amendment.

Contact Information

Contracting Office Address

  • BLDG 210, (MAIL STOP) COE PROGRAM OFFICE
  • ATLANTIC CITY , NJ 08405
  • USA

Primary Point of Contact

Secondary Point of Contact

History