Weather Systems Integration Contract (WSIC)
ID: 693KA8-25-R-00TBDType: Presolicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Engineering Services (541330)

PSC

MISCELLANEOUS FABRICATED NONMETALLIC MATERIALS (9390)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pre-solicitation draft for the Screening Information Request (SIR) related to the WSIC initiative, identified by Announcement No. 693KA8-21-PSIR-APC-01 and Notice ID 693KA8-25-R-00TBD. It serves to collect industry feedback regarding the outlined procurement requirements before finalizing the solicitation for potential contractors. The structure includes an Industry Comment Form that solicits comments or questions from vendors in relation to specific items associated with the screening request. Key participants can submit detailed inquiries, suggestions, or clarifications regarding the vendor qualifications and requirements set forth. This step aids in refining the request process by incorporating expert insights from the industry, thereby ensuring that the procurement aligns with both federal standards and best practices. The overall aim is to engage with potential providers to optimize the final solicitation process, ensuring clarity and effectiveness in achieving program goals.
    The document outlines a Request for Proposal (RFP) for comprehensive support services, primarily focused on program management, engineering, and logistics within the federal government’s weather sensor equipment production. It specifies multiple contract line item numbers (CLINs) detailing various supplies and services over a base period and subsequent option years. Key components include roles such as Program Manager and support staff, production of weather sensor equipment, packing and shipping fees, and logistics support. Each section of the RFP offers defined quantities and pricing structures, with specifics for equipment production and site installation service requirements. The RFP emphasizes data management, compliance, and performance reporting through various Data Item Descriptions (DIDs), inclusive of reports such as monthly program management reports, meeting minutes, and trip reports. Additionally, it presents procedural guidelines for property management, risk assessment, and the responsibilities of both the contractor and subcontractors in adhering to government standards. This detailed framework aims at ensuring effective execution and accountability in project deliverables, aligning with the federal government’s objectives for safety, quality, and compliance in government contracting.
    The document outlines a solicitation for contract proposals from the Federal Aviation Administration (FAA) for weather sensor equipment and support services under an Indefinite Delivery/Indefinite Quantity (ID/IQ) framework. Key components of the contract include program management, engineering and logistics support, equipment delivery, and maintenance of weather systems. The contractor is tasked with delivering various standardized weather sensor equipment following FAA specifications, providing technical support throughout the equipment's lifecycle, and managing logistics. The contract will include a combination of Labor Hour, Cost-Reimbursement, and Firm-Fixed-Price items, with specific Quantity and Unit Price details specified for each line item. Additionally, the contractor must implement quality control and configuration management to ensure compliance with FAA standards and handle the logistics of parts warehousing and delivery to locations across the U.S. Contractors are required to provide detailed supporting documents, program management reports, and participate in regular reviews with FAA officials. This procurement process aims to enhance FAA's weather detection and reporting capabilities in the National Airspace System (NAS), ensuring reliable operations and maintenance of critical equipment.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the installation of Instrument Landing Systems (ILS) as part of a Screening Information Request (SIR) for ILS Installation Demonstrations. The FAA aims to replace existing MK1D ILS systems with modern ILS-420 systems at general aviation airports located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This procurement is crucial for enhancing aviation infrastructure and ensuring safe navigation for aircraft, reflecting the FAA's commitment to improving air traffic management systems. Interested offerors must submit their proposals by October 11, 2024, and direct any inquiries to Richard J. Simons or Haben Woldemichael via their provided email addresses.
    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.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    EPICS II
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to solicit contractor support services under the Enterprise Programs, Infrastructure, and Communications Services (EPICS) II initiative. This procurement aims to provide a comprehensive range of support for the FAA's Communications, Information, Network Programs (CINP), Data Communications (DataComm) program, and the newly established Telecommunications Integrated Services Organization (TISO). The services required include system engineering, program management support, in-service management, business and financial management, information systems development, studies and evaluations, and administrative support. Interested parties should note that the Draft Screening Information Request (SIR) QA responses are expected to be released by October 25, 2024, and can be found on SAM.gov. For further inquiries, Elizabeth H. Williams can be contacted via email at elizabeth.h.williams@faa.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    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 of Bombardier Challenger 600 series aircraft. The contract will be awarded 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 operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    S-76D Flight Simulator Visual System
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the development of a visual system for the S-76D cockpit simulator, which is crucial for flight safety research in helicopter operations. The project aims to design and implement an immersive visual system that meets specific performance criteria, including a wide field of view and capabilities for simultaneous RGB and Infrared imagery, ensuring enhanced pilot training efficacy. This procurement is set aside for small businesses, with a firm-fixed price contract anticipated over a two-year period, and interested contractors must submit their proposals by the deadline of November 6, 2024. For further inquiries, potential offerors can contact Lisa Bethea at lisa.t.bethea@faa.gov or Christine Yezzo at christine.yezzo@faa.gov.
    Request for Information - Systems to collect Airfield Geometrics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify systems capable of collecting detailed airfield geometric data essential for operational purposes. The primary objective is to gather information on systems that can accurately measure surface gradients, elevations, and obstacles in various operational areas, including landing zones and refueling points, particularly in GPS-denied environments. This initiative is crucial for enhancing operational readiness and safety in challenging environments, as existing devices have been deemed outdated. Interested vendors are encouraged to submit their capabilities and relevant experience by October 7, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as the information gathered will inform future acquisition strategies.
    Vaisala WindCuber Rental
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the rental of Vaisala WindCube vertical wind profiling systems for a critical project known as the Westcoast & Heartland Hyperspectral Microwave Sensor Intensive Experiment (WH2yMSIE). The procurement specifically requires the rental of two WindCube systems for one month, along with associated support services, including installation and site survey days, to enhance data collection capabilities for atmospheric research. This initiative is vital for meeting federal and international data standards necessary for understanding wind interactions and fulfilling NASA's Earth Science objectives. Interested vendors must submit their qualifications in writing by 9:00 a.m. Central Time on October 7, 2024, and inquiries should be directed to Tessa Martinez at tessa.m.martinez@nasa.gov.