Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
ID: 697DCK-25-R-00016Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Computer Systems Design Services (541512)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Oct 28, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 23, 2024, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 11:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) through a Screening Information Request (SIR). This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for a range of IT hardware and software products, including personal computing devices, network infrastructure components, and cloud-based services, which are essential for supporting the FAA's IT community. The contract will facilitate the acquisition, deployment, and maintenance of IT assets, ensuring compliance with federal standards and enhancing operational efficiency within the FAA. Proposals are due by 5:00 PM CST on January 29, 2025, and interested parties should direct inquiries to Dylan Huntley at Dylan.J.Huntley@faa.gov.

Point(s) of Contact
Files
Title
Posted
Dec 23, 2024, 9:05 PM UTC
The document outlines the solicitation for a federal contract related to strategic sourcing of Commercial-off-the-shelf (COTS) Information Technology (IT) hardware and software, known as the SAVES contract, issued by the Federal Aviation Administration (FAA). The RFP aims to procure various IT products and services over a proposed ten-year period, divided into a five-year base and a five-year option period. The contract will involve the delivery of services and products including servers, personal computing devices, software, and cloud-based services that support the FAA's IT community. Contractors are responsible for managing IT assets throughout their life cycle, facilitating acquisition, deployment, maintenance, and providing services such as asset recovery and warehousing. The contract does not cover non-COTS software, custom software development, or certain support services. The FAA plans to award multiple Indefinite-Delivery, Indefinite Quantity (IDIQ) contracts with pricing competed at the delivery order level, establishing a total cumulative ceiling of approximately $4 billion. Key elements include submission deadlines, relevant representations, and conditions for contract awards, ensuring compliance with federal regulations and standards. Overall, the solicitation emphasizes competitive bidding, ensuring fair opportunities for contractors while adhering to procurement regulations.
Dec 23, 2024, 9:05 PM UTC
This document serves as an amendment to a federal solicitation linked to a project managed by the Federal Aviation Administration (FAA). The key purpose of this amendment is to extend the proposal due date from December 5, 2024, at 5:00 PM CST to January 14, 2025, at 5:00 PM CST. It stipulates that all respondents must acknowledge the receipt of this amendment as part of their proposal submission process. The amendment outlines methods for acknowledgment, including completing specified items on the document or sending a separate communication referencing the solicitation and amendment numbers. Furthermore, it notes that the terms and conditions of the existing contract remain unchanged unless otherwise specified. This document exemplifies standard procedural updates in federal RFP processes, ensuring transparency and facilitating participation in government contracting opportunities. The amendment reflects the FAA's commitment to providing necessary adjustments in the procurement timeline while maintaining compliance with regulations.
Dec 23, 2024, 9:05 PM UTC
The document is an amendment to a solicitation issued by the Federal Aviation Administration (FAA). Its main purpose is to extend the proposal due date from 5:00 PM CST on January 14, 2025, to 5:00 PM CST on January 29, 2025. The amendment requires contractors to acknowledge receipt of this change to ensure their offers are considered. Contractors can acknowledge the amendment through various methods, including submitting a copy of the amendment or referencing it in their proposals. Additionally, the document emphasizes that the terms and conditions of the original solicitation remain unchanged, except for the modifications specified within the amendment. This reflects the FAA's ongoing procurement processes for regional acquisitions and ensures compliance with federal regulations regarding contract modifications and solicitations.
Dec 23, 2024, 9:05 PM UTC
The "Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Information Technology Commercial Products" outlines a framework for federal acquisitions of IT hardware and software under the FAA's management system. It aims to consolidate procurement processes for efficiency, cost savings, and standardized products while ensuring compliance with federal policies and regulations. Key areas covered include personal computing devices, network infrastructure, telecommunications equipment, and software licensing. The document specifies that all purchases must align with set IT standards, undergo regular asset tagging, and include warranty and maintenance assurances. Additionally, a rebate program is established for cost recovery on hardware and software acquisitions. Contractors are required to comply with comprehensive reporting and maintenance agreements, participate in training, and manage shipping and installations per FAA protocols. Overall, the SAVES initiative promotes enhanced oversight in IT acquisitions, integrating risk management and streamlined processes while fostering vendor compliance with federal standards to ensure effective resource management within the FAA.
The SAVES IT HWSW Statement of Work outlines the contract management deliverables required from vendors regarding report submissions. Key deliverables include Asset Identification (AI) Reports, Order Transaction (OT) Reports, Vendor Status (VS) Reports, and Product Discrepancy (PD) Reports. Vendors must submit these reports in a specific Microsoft Excel format, adhering to stringent guidelines for accuracy and structure. Reports are due weekly, monthly, or quarterly, depending on the type. AI reports, detailing asset identification, are due weekly, while OT and VS reports are due on the 10th of each month, and PD reports quarterly. Failure to comply with format specifications can result in report rejection, with a structured resubmission process outlined. The document emphasizes the importance of accurate data processing, ensuring an organized system for tracking assets and sales, ultimately enhancing visibility across government contracts. By establishing clear expectations and stringent data management practices, the SAVES initiative aims to streamline operations and improve accountability among vendors involved in government contracts.
Dec 23, 2024, 9:05 PM UTC
The Supply Chain Risk Management (SCRM) Checklist is designed for participants in the SAVES IT COTS HWSW IDIQ program, with the aim to assess and ensure adequate risk management practices related to their supply chain operations. Submitters must respond “Yes,” “No,” “N/A,” or “Alt” to a series of comprehensive questions spanning several key topics: general policies for risk notifications, sourcing protocols, product documentation, remediation practices, internal controls, and alignment with industry standards. The checklist emphasizes the necessity of maintaining updated documentation, ensuring that suppliers comply with banned lists, and managing security incidents effectively. It also calls for the implementation of a Quality Management System (QMS) and adherence to relevant cybersecurity frameworks such as NIST SP 800-161. Ultimately, this checklist serves as a vital tool in government RFP contexts, promoting rigorous supply chain transparency and security measures to minimize risks associated with procurement processes. By adhering to these guidelines, organizations can protect their assets and maintain compliance with federal standards.
Dec 23, 2024, 9:05 PM UTC
The SAVES Pricing Evaluation Spreadsheet outlines a comprehensive listing of technology and software products along with their pricing for evaluation under government RFPs and grants. Key entries include licenses for various software such as Adobe Creative Cloud, Cisco hardware, Dell monitors, and HP printers, detailing item numbers, descriptions, and quantities. Specifics include software terms (e.g., 12-month licenses for Adobe products), Cisco Catalyst switch components, and delivery details for printers. The document serves as a structured inventory of proposed technologies to ensure compliance with federal and state procurement processes, focusing on compliance requirements and effective resource allocation. This centralizes information necessary for government purchasing decisions, facilitating a transparent bidding and evaluation process while supporting the goal of efficient public sector technology integration.
Dec 23, 2024, 9:05 PM UTC
This document outlines the requirements for offerors to provide details related to their coverage and relationship with Original Equipment Manufacturers (OEMs) in response to a government Request for Proposals (RFP). It includes sections for stating the offeror's name, relevant government citation numbers, ordering contract numbers, and the dollar value associated with these contracts. Offerors must also list OEMs such as Adobe, Cisco, Dell, and others covered under their contracts, along with the number of orders issued and the total dollar value of those orders over the past year. Furthermore, the document specifies the need to indicate the level of OEM relationship, whether as an authorized reseller or distributor, and to provide the OEM's Point of Contact (POC) details. A Letter of Authorization (LOA) must accompany the proposal, citing attachment numbers. This structure shows an emphasis on verifying relationships and ensuring compliance with contractual obligations for government procurement processes. Overall, the document serves to facilitate transparency in OEM relationships and the procurement process essential for government agencies.
Dec 23, 2024, 9:05 PM UTC
The document outlines the Federal Aviation Administration's Past Performance Questionnaire, utilized to assess contractors' performance concerning federal RFPs and grants. It consists of three primary sections: Part A - Contract Summary, Part B - Performance Evaluation, and Part C - Identification of Evaluator. In Part A, contractors complete essential details regarding the contract, including their name, contact information, and specifics like period of performance and contract costs. Part B contains a performance rating scale from 1 (Unsatisfactory) to 6 (Exceptional) across various criteria, such as staffing levels, management efficiency, adherence to schedules, customer support effectiveness, and compliance with regulations. Each rating requires a narrative explanation if rated 1 or 2, emphasizing the importance of accountability in contractor evaluation. Part C identifies the evaluator, ensuring traceability of the assessment. The document underscores the significance of credible past performance assessments in federal contracting processes, providing a structured framework for evaluating contractor capabilities and ensuring accountability in fulfilling governmental objectives. Confidentiality is maintained regarding the information provided in these evaluations.
Dec 23, 2024, 9:05 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for the Asset Identification Report, a key component of the Federal Aviation Administration's (FAA) asset management policy. The report serves as an electronic inventory of personal property assets acquired by the FAA, identifying each asset with unique barcodes for tracking over its life cycle. It details mandatory data standards for contractors, requiring submission in various electronic formats following equipment delivery and inspection processes. Key fields include unique asset identifiers, manufacturer data, warranty information, and shipping details. The report aims to ensure accurate asset management and compliance with FAA regulations, applicable to all contracts involving personal property. Tailoring of the data requirements is permissible with government approval, facilitating system-specific adjustments while maintaining consistency in data reporting and management procedures.
Dec 23, 2024, 9:05 PM UTC
The document is an attachment related to federal government RFPs, federal grants, and state/local RFPs but contains no specific content for analysis. As a result, there are no identifiable topics, key ideas, or supporting details to summarize. Typically, these files aim to solicit proposals for projects, provide funding opportunities, or request services from contractors. They often outline important criteria, eligibility requirements, and guidelines for submission. Without content to evaluate, a comprehensive summary cannot be generated.
Dec 23, 2024, 9:05 PM UTC
The document outlines requirements and guidelines for procuring new hardware and software under federal and local government contracts. It categorizes procurements into four main categories: new hardware/software, annual maintenance and support, multi-function devices, and items requiring special approval. Each category includes descriptions of what can be purchased, including personal computing devices, software licenses, maintenance agreements, and project-based services. Prohibited purchases include non-COTS software and development services, and additional specifics require project manager approval. The document also details a Classification Line Item Number (CLIN) structure to facilitate procurement categorization, indicating specific attributes such as asset tags or installation services. Furthermore, a list of approved vendors and their respective product offerings is provided. This structure aims to streamline the procurement process, ensure compliance with regulations, and facilitate appropriate budget management in line with government grant guidelines. The information is critical for agencies to navigate the contracting landscape effectively, ensuring all purchases contribute to overall mission success and operational efficiency.
Similar Opportunities
Aviation Research BAA 2025
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) titled "Aviation Research BAA 2025," inviting proposals for research aimed at addressing challenges in air transportation and enhancing safety and efficiency within the aerospace system. This BAA, numbered 692M15-25-R-00004, will be open for submissions from December 5, 2024, until December 4, 2034, and seeks to engage industry, academia, and various organizations in research areas such as fire safety, airport technology, and advanced control systems. The FAA emphasizes the importance of collaboration with educational institutions and small businesses to foster innovation in aviation technology, with funding expectations of up to $200,000 annually per project. Interested parties can reach out to primary contact Karen Thorngren at Karen.C.Thorngren@faa.gov or secondary contact Christine Kranz at Christine.Kranz@faa.gov for further information.
E-Learning Platform
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for a comprehensive suite of eLearning services to support the training needs of its 70,611 employees and contractors. The contract will cover a one-year base period with the option for four additional one-year extensions and a six-month extension, totaling a maximum of five-and-a-half years. These eLearning services are critical for enhancing employee training in areas such as business skills, IT training, leadership development, and legal compliance, all while ensuring compliance with FedRAMP requirements. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Warren Connley at Warren.E.Connley@faa.gov.
The Annual Maintenance & Engineering Support for Aircraft Cabin Research & Safety Management Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide annual maintenance and engineering support for the Aircraft Cabin Research Facility (ACRF) Flexible Aircraft Cabin Simulator (FLEXSIM) located in Oklahoma City, Oklahoma. The procurement aims to establish a five-year contract, beginning in June 2026, to ensure compliance with Original Equipment Manufacturer (OEM) specifications while delivering technical, engineering, and administrative assistance for the simulator's repair and maintenance. This facility plays a crucial role in advancing aircraft cabin safety through research and technological improvements, necessitating effective communication and collaboration with equipment manufacturers and governmental organizations. Interested parties must submit their responses to the Request for Information by 3:00 PM Central Time on April 21, 2025, and can direct inquiries to Kimberly Sites at kimberly.sites@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
MARKET SURVEY: RIEGL VZ600i LASER SCANNING SYSTEM
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to procure a RIEGL VZ600i Laser Scanning System, including necessary software and accessories. This procurement aims to enhance the FAA's capabilities in rapid data acquisition and scanning, supporting the Department of Homeland Security’s Customs and Border Protection Agency by providing a state-of-the-art Light Detection and Ranging (LiDAR) system for efficient site inspections and structural analysis. Interested vendors are invited to submit their capabilities, past performance, and cost estimates by April 10, 2025, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, with all submissions marked as proprietary as necessary.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
Pedestal Main Bearing
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals for the procurement of four ARSR-2 Pedestal Main Bearings, specifically IFS P/N 100028189, as part of its operations at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The procurement requires adherence to specific manufacturing standards, including compliance with the FAA Drawing DE-C-2877, which has recently been updated to address dimensional tolerance conflicts that may affect production efficiency. This opportunity is crucial for maintaining the operational integrity of FAA systems, and interested vendors must ensure they are registered in the System for Award Management (SAM) prior to submitting proposals. For further inquiries, potential offerors can contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov, and must reference solicitation number 6973GH-25-Q-00091 in all correspondence.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
Federal Aviation Administration’s National Test Equipment Program (NTEP) Test Equipment (TE) Calibration
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals for the National Test Equipment Program (NTEP) to provide calibration services for FAA-owned Test Equipment (TE). The objective of this procurement is to ensure that all TE remains within specified calibration intervals, supporting the operational reliability of the National Airspace System (NAS). This contract will be awarded as an Indefinite Delivery/Indefinite Quantity type, with a base period of one year and four optional one-year periods, emphasizing the importance of maintaining high operational standards through meticulous calibration services. Interested parties must submit their technical and cost proposals electronically by 5:00 P.M. CST on April 18, 2025, and all inquiries should be directed to Gilbert Park at gilbert.n.park@faa.gov by March 28, 2025.