NISC Enterprise Support Tasking (NEST)
ID: 693KA9-24-R-00012Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA9 CONTRACTING FOR SERVICESWASHINGTON, DC, 20591, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the NISC Enterprise Support Tasking (NEST) contract, which is set aside exclusively for Small Disadvantaged Businesses (SDB). This contract aims to provide independent quality assurance, quality control, and operational support for the NIMS/CMIS systems, including software development oversight, system upgrades, and user training, all while ensuring compliance with stringent cybersecurity protocols. The successful contractor will play a critical role in enhancing the efficiency and reliability of the FAA's financial management systems, with a contract duration of five years, including a twelve-month base period and four optional extensions. Interested parties should direct inquiries to the FAA AAQ 410 Contracting Office via email at 9-AWA-AAQ410-Contracting-Team@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    FAA AAQ 410 Contracting Office
    9-AWA-AAQ410-Contracting-Team@faa.gov
    Files
    Title
    Posted
    This document serves as a solicitation and contract form related to federal government procurement processes. It outlines the necessary procedures for submitting proposals, including instructions for proposal submission, compliance with contract clauses, and various contract requirements. Key sections include details about the items or services needed, pricing structure, delivery expectations, and evaluation criteria for award decisions. The form indicates that it is a rated order under the Defense Production Act and must adhere to specific guidelines contained within various referenced sections. The document highlights critical information such as contact details for inquiries, submission deadlines, and acknowledgment of amendments. It emphasizes the obligation of potential suppliers to fulfill their offers within 60 calendar days unless modified, ensuring timely delivery of specified items or services. The final part includes space for contractor information and contract administration, reaffirming the official process for contract award by the government. Overall, the document is an essential tool for streamlining the procurement process and ensuring compliance with federal regulations.
    The Federal Aviation Administration (FAA) seeks technical support for its Technical Operations programs through the NAS Implementation Support Contract (NISC) Information Management System (NIMS)/Contract Management Information System (CMIS). This five-year contract, with a twelve-month base period and four twelve-month options, requires independent quality assurance, quality control, and application lifecycle operations and maintenance support. The successful bidder will provide software development oversight, document code revisions, and perform system upgrades, including integrating financial metrics. Additionally, they will manage project schedules, undertake NIMS/CMIS operations and maintenance, and handle user training and security management. The FAA emphasizes timely access to information and strict adherence to security protocols, including cybersecurity assessments. The contract is set aside for Small Disadvantaged Businesses.
    The Past Performance Questionnaire seeks input on the performance of vendors competing for a significant FAA acquisition, SIR No. 693KA9-24-R-00012. Offerors must provide information on three relevant projects, including contract details and complexity, while evaluators rate the firms' performance quality, timeliness, and complexity of services on a scale. The FAA aims to assess vendors' past performance to guide its decision-making process. Vendors are responsible for encouraging references to submit the completed questionnaire by the deadline.
    The file contains instructions and tables for preparing a comprehensive price proposal for a federal procurement, referred to as the NIMS Enterprise Support Tasking Contract (NEST). The proposal is structured around a firm-fixed-price (FFP) model, encompassing various tabs detailing the cost structure. This includes tabs for firm-fixed prices, monthly costs, travel expenses, and other direct costs (ODC), each requiring careful completion with specific instructions to be followed. The proposal also requests a task matrix to be filled out, detailing the labor categories and corresponding tasks, with options to add further tabs for a more comprehensive justification of estimates. Importantly, the file carries a warning about the sensitivity of the information, noting restrictions on disclosure under the Office of Federal Procurement Policy Act. Offerors are expected to follow these instructions meticulously, ensuring compliance and clarity in their submissions.
    The exhibit lists and defines acronyms prevalent in a government procurement context, offering clarity on the terminology used in the associated files. These acronyms span domains from air traffic control to contract management, IT, and security. This reference list aims to ensure understanding and uniform interpretation of the content in the corresponding procurement documents.
    The NIMS Capabilities module is a comprehensive system for managing and streamlining procurement processes. It offers automated reporting and synchronization with external systems like DELPHI and PRISM, facilitating data exchange. The module enables efficient invoice management, from staging to certification, integrating contractor tools and ensuring monthly balance resolution. It also streamlines task order operations, including cost estimates, workflows, and funding processes. The system enhances performance evaluation with survey management and metrics collection, while providing robust reporting capabilities. Additionally, it strengthens security and accountability with user authentication, rule enforcement, and digital signing authority. Overall, this module simplifies the complexities of procurement, enhancing transparency and efficiency in government contracting.
    The document is a Question and Answer log from a government Request for Proposal (RFP) regarding the NISC Enterprise Support Tasking (NEST). It addresses various inquiries from contractors about the scope, requirements, and operational details of the upcoming contract. Notably, it confirms the presence of an incumbent vendor, BPA Services, LLC, and outlines the remote working provisions stipulated by the FAA. The procurement is specifically set aside for Small Disadvantaged Businesses, requiring their qualifications through SAM.gov. The RFP emphasizes independent quality assurance and control duties while highlighting a clear distinction between software development and QA roles to prevent conflicts of interest. The document delves into technical specifications, such as the application stack used (including AWS, Coldfusion, and Java) and the infrastructure being managed, primarily located in AWS. It also covers security protocols, data management requirements, and user access control processes, indicative of a robust governance framework. Overall, the document serves to clarify contract expectations and requirements, fostering transparency and guiding potential bidders in their proposals to secure the contract aimed at enhancing the NIMS/CMIS systems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    6973GH-24-R-00036 Mobile Shelter IDIQ
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of pre-cast concrete shelters under the solicitation titled "6973GH-24-R-00036 Mobile Shelter IDIQ." This contract will involve the manufacture, installation, and delivery of mobile shelters over a five-year period, with a focus on small business participation as it is a Total Small Business Set-Aside. The shelters are critical for enhancing aviation communications infrastructure and must comply with specific design and safety standards outlined in the solicitation documents. Interested contractors must submit their proposals by October 4, 2024, at 5 PM Central Time, and should direct inquiries to Jason Fox at Jason.A.Fox@faa.gov.
    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 360ER 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 fleet 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. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Uncrewed Aerial Systems Fleet Management Software
    Active
    National Transportation Safety Board
    The National Transportation Safety Board (NTSB) is seeking proposals for a cloud-based Uncrewed Aerial Systems (UAS) Fleet Management Software to enhance the management of its expanding UAS program. The software will replace outdated manual documentation methods, providing a centralized solution for tracking aircraft assets, flight information, and crew qualifications, thereby improving operational efficiency and compliance with federal safety standards. This initiative is crucial for the NTSB's mission to investigate transportation accidents effectively, as it will streamline workflows and ensure accurate data management. Interested vendors must submit their quotations by 5:00 p.m. EDT on September 20, 2024, and can direct inquiries to P. Matt Hazlinsky at matt.hazlinsky@ntsb.gov.
    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, all of which are critical for the effective operation of FAA programs. Interested parties should note that the Draft Screening Information Request (SIR) QA responses are expected to be released by October 2, 2024, and can be found on SAM.gov. For further inquiries, contact Elizabeth H. Williams at elizabeth.h.williams@faa.gov.
    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.
    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.
    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.
    Separation Standards Analysis Technical Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking to award a Time and Material, Indefinite Delivery/Indefinite Quantity contract for technical support in Separation Standards Analysis to CSSI, Inc. This contract will involve engineering services that support research, testing, and validation of advanced aviation separation and airspace concepts, crucial for developing future airspace separation minima and ensuring the safety of the National Airspace System (NAS). The FAA has determined that CSSI, Inc. is the only firm with the necessary expertise to perform this critical work, which includes assessments related to emerging technologies and procedures in aviation safety. Interested parties can contact Maria Wells at maria.j.wells@faa.gov or call 609-485-6371 for further information, noting that this is a single-source procurement and not a request for proposals.
    Aviation Research BAA
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) has issued a Broad Agency Announcement (BAA) for Aviation Research, soliciting innovative solutions from the aviation sector across multiple research domains. This five-year BAA aims to enhance aviation safety, efficiency, and environmental sustainability, encouraging submissions from industry and educational institutions. The FAA seeks proposals aligned with specified research topics, including airport pavements, safety, software & systems, and structures & propulsion. For instance, designing acoustic sensors for concrete pavements and assessing pavement roughness are key focuses. Additionally, the agency aims to improve airport safety by addressing unmanned aircraft systems (UAS) risks and exploring fluorine-free firefighting agents. Software & Systems research encompasses advanced flight controls, cognitive bias training, and complex digital systems. Offerors must submit concise white papers for initial screening, followed by an invitation to submit detailed proposals. The FAA evaluates submissions based on technical merit, relevance, and cost-effectiveness, with an emphasis on innovation and impact on aviation safety. This BAA offers potential contracts and funding for successful submissions, with key dates varying and some deadlines extended. Interested parties should regularly check for amendments and ensure their SAM registrations are up-to-date.
    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 qualified contractors for the installation of Instrument Landing Systems (ILS) at general aviation airports in Kansas, Illinois, or Indiana. The procurement involves replacing a MK1D ILS with an ILS-420 system, with the FAA potentially awarding up to three individual contracts for this work. This project is critical for enhancing navigational safety and efficiency at the selected airports, reflecting the FAA's commitment to maintaining high standards in aviation infrastructure. Interested vendors must submit their proposals by the specified deadlines, with questions directed to Richard J. Simons and Haben Woldemichael via email by September 10, 2024. The total potential value of the contracts is estimated at $1.7 million, covering a base period of four months and five option periods not exceeding four years.