Alaska Flight Service Automated System - Notice of Intent to Single Source
ID: AAQ-240-OASISIIType: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATIONUS

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to award a single source contract extension to L3Harris Technologies, Inc. for the continued provision of an automated Flight Service system in Alaska. This contract, which may extend for up to five years, is critical for maintaining the operational capabilities of the seventeen Alaska Flight Service Stations, providing essential services such as weather data processing, flight plan processing, and emergency services. The OASIS II system, which is integral to the National Airspace System's safety, is uniquely supported by L3Harris due to proprietary ownership and specialized technical expertise, making it impractical to transition to another contractor. Interested parties may direct inquiries to Tia Belton at tia.l.belton@faa.gov by 4:00 PM (EST) on October 25, 2024, as this announcement serves informational purposes only and is not open for competition.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent to Single Source-Engineering and Construction Industry Standards Subscription
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to enter into a single-source contract with Allium US Holding LLC (Accuris) for an engineering and construction industry standards subscription. This subscription will provide FAA personnel with online access to the latest industry standards necessary for the design and construction of FAA facilities and the installation of electronic equipment. The contract will cover a base year and is critical for ensuring compliance with military and federal policies, as it includes access to a searchable database of standards from various organizations. Interested parties can direct inquiries to Timothy Thannisch at timothy.g.thannisch@faa.gov by 5:00 PM ET on October 22, 2024.
    Alaska Radar System Operations and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Operations and Maintenance (O&M) Services for the Alaska Radar System (ARS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The contract will encompass the O&M of 15 radar sites, three remote radio sites, and various support services including facility maintenance, transportation, and logistics, all crucial for supporting NORAD and USNORTHCOM missions. This procurement is significant for ensuring air sovereignty in Alaska and providing essential civil aircraft information to the FAA. A formal Request for Proposal (RFP) is expected to be issued by October 31, 2024, with a contract period spanning from September 29, 2025, to September 28, 2037, if all options are exercised. Interested parties must register in the System for Award Management (SAM) and can direct inquiries to Capt Chelsea J. Belford at chelsea.belford@us.af.mil or Lucian A. Reaves at lucian.reaves@us.af.mil.
    Weather Systems Integration Contract (WSIC)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is initiating a pre-solicitation for the Weather Systems Integration Contract (WSIC), aimed at enhancing weather detection and reporting capabilities within the National Airspace System (NAS). This procurement seeks comprehensive support services, including program management, engineering, logistics, and the production of weather sensor equipment, under an Indefinite Delivery/Indefinite Quantity (ID/IQ) framework. The selected contractor will be responsible for delivering standardized weather sensor equipment, providing technical support throughout the equipment's lifecycle, and ensuring compliance with FAA standards. Interested vendors are encouraged to submit their feedback on the draft Screening Information Request (SIR) by October 18, 2024, at 3:00 PM EDT, via email to Dana D. Brooks at dana.d.brooks@faa.gov. This opportunity is set aside for 8(a) small businesses, and the relevant documents can be found on the SAM website.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Flight Dynamic Support Services (FDSS III) Extension
    Active
    National Aeronautics And Space Administration
    NASA's Goddard Space Flight Center is seeking to extend its Flight Dynamics Support Services (FDSS III) contract, which provides essential flight dynamics support for various space missions and systems analysis. The procurement aims to ensure continued operational support, including orbit determination, trajectory control, and attitude analysis, while also advancing technology development in navigational techniques and software engineering compliance. This sole source contract extension to OPR, LLC is critical for maintaining mission capabilities through October 31, 2025, as a follow-on competitive contract is anticipated. Interested organizations may submit their qualifications to Jacob Perez at jacob.a.perez@nasa.gov by 4:30 PM EST on October 21, 2024, for consideration in the acquisition process.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of critical power systems across various National Airspace System (NAS) facilities throughout the United States. The procurement involves project management, design services, and installation work for power systems and ancillary equipment, with a focus on ensuring reliable power distribution to support FAA operations. This initiative is vital for maintaining the operational integrity and safety of air traffic control and other FAA functions, reflecting the importance of robust electrical infrastructure in aviation. Interested contractors must submit their Phase 1 proposals by October 30, 2024, at 6:00 PM CST, and are encouraged to direct inquiries to Stefanie Wiles or Amanda J. Garen via their provided email addresses. The anticipated contract will be structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $1.3 billion.
    Intent to Award Sole Source ALTAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a Firm-Fixed-Price Purchase order to ALTAIR for software services, with an anticipated award date of October 22, 2024. This procurement is classified as a sole-source acquisition under FAR 13.106-1(b)(1)(i), indicating that ALTAIR is the only reasonably available source for the required services, which will be performed over a period of 365 days following the award. Interested vendors may submit capability statements or proposals within five days of the notice to potentially influence the decision on competition, although the government retains discretion on whether to pursue competitive procurement. Responses must be submitted in an unclassified format, limited to 10 pages, and directed to the designated contacts, JaQuan Dangerfield and Kerisha Wordlaw, by the deadline of October 22, 2024, at 12:00 PM EST.
    Repair of Receiver/Transmitter and Antenna-Pedestal for HC-144 Aircraft
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure repair services for two Receiver/Transmitters and two Antenna-Pedestals for the HC-144 Aircraft. The procurement is intended to ensure the operational readiness and maintenance of critical aircraft components, with a focus on compliance with original equipment manufacturer (OEM) specifications and FAA regulations. This opportunity is particularly significant as Telephonics Corp. is identified as the sole source capable of providing the necessary repairs due to their exclusive access to proprietary technical data. Interested vendors must respond by October 23, 2024, at 4:00 PM EST, and can direct inquiries to Allison T. Meads at allison.t.meads@uscg.mil, referencing solicitation number 70Z03825QL0000010.
    FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Fixed Wing Fire Exclusive Use Utility Flight Services at Fort Wainwright, Alaska, with a contract period from April 1, 2025, to March 31, 2030. The procurement requires the contractor to provide two multi or single-engine turbine aircraft, along with crew, maintenance, and necessary equipment to support fire management activities, including transportation and aerial observation, while adhering to strict safety and operational standards. This service is crucial for effective resource management and operational readiness in fire response activities in Alaska, particularly during the exclusive use period from May 1 to August 28 each year. Interested contractors should contact Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov for further details, and must comply with wage determinations set forth under the Service Contract Act, with minimum wage rates starting at $17.20 per hour for contracts initiated after January 30, 2022.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet. The contract will be structured as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure aircraft readiness and compliance with FAA regulations. This procurement is critical for maintaining operational safety and efficiency within the FAA's aviation services. Proposals are due by October 30, 2024, at 3:00 PM CT, and interested contractors should direct inquiries to Stephanie Riddle at stephanie.r.riddle@faa.gov.