Notice of Intent to Single Source-Engineering and Construction Industry Standards Subscription
ID: SSJ-Engineering_and_Construction_Industry_Standards_SubscriptionType: Special Notice
Overview

Buyer

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

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Alaska Flight Service Automated System - Notice of Intent to Single Source
    Active
    Transportation, Department Of
    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.
    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.
    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.
    Intent to Award Sole Source - IEEE
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, intends to award a sole source contract to the Institute of Electrical and Electronics Engineers (IEEE) for access to the IEEE Xplore database. This procurement aims to secure a Firm-Fixed-Price Purchase order that will provide essential academic resources in electrical and electronics engineering, computer science, and related fields for the Air Force Research Laboratory and the Air Force Institute of Technology. The contract is scheduled for issuance around September 30, 2024, with a performance period from January 1, 2025, to December 31, 2025, and options for four additional years. Interested parties may submit capability statements by October 12, 2024, to Anne Mitchell at anne.mitchell.1@us.af.mil, and Jessica Vetter at jessica.vetter.1@us.af.mil, with responses limited to 10 pages.
    Market Research: Airport Safety Standards, Operations, and Planning and Research and Development (R&D) support
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to provide Airport Safety Standards, Operations, and Planning, along with Research and Development (R&D) support through a market research initiative. The procurement aims to enhance airport safety, capacity, and efficiency by addressing key areas such as airport safety certification, operations management, and the integration of new technologies amidst increasing air traffic and environmental challenges. Interested vendors must submit a Capability Statement, demonstrating their ability to meet the requirements outlined in the Draft Statement of Work, by 3:00 PM EST on November 20, 2024, to Joseph Szwec at Joseph.S.Szwec@faa.gov. The NAICS code for this opportunity is 541330, and the size standard is $25.5 million.
    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.
    Market Survey-Mathematics Tutoring Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for on-demand online mathematics tutoring services aimed at supporting newly hired Airway Transportation System Specialists (ATSS). The primary objective is to provide tutoring for various distance learning courses, including Mathematics Refresher, Building Environmental Concepts, Antenna & Transmission Lines, Advanced Antenna & Transmission Lines, and Instrument Landing Systems Concepts, to enhance the foundational knowledge of approximately 2,800 new hires over a three-year period. This initiative is crucial for ensuring that ATSS personnel are adequately prepared for their job duties and subsequent training requirements. Interested parties must submit their capability statements by email to Timothy Thannisch at timothy.g.thannisch@faa.gov by November 5, 2024, at 5:00 PM ET, adhering to specified formatting guidelines. The contract will span one base year with four optional extensions, emphasizing the importance of quality instructional support and comprehensive project management.
    Aviation Command and Control Operations and Maintenance (ACCOMS) II Q&A, 29 Feb 2024
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Aviation Command and Control Operations and Maintenance (ACCOMS) II services. This service involves the operation and maintenance of air traffic control towers. The notice provides responses to industry inputs resulting from Solicitation FA489024RACCM (FA489024R0008) and respective amendments. For more information, contact Angel Galindo at angel.galindo@us.af.mil or 7577267746.
    Intent to Sole Source Membership Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), intends to award a Sole Source Firm Fixed Price Contract to the Joint Inspection Group (JIG) for a membership that focuses on promoting safe and cost-effective best practices in aviation equipment and fuel quality control. This procurement aims to develop, compile, print, publish, and distribute standards (JIG 1, 2, 3, & 4) essential for aviation fuel quality control and operational procedures. The membership is critical for ensuring compliance with industry standards and enhancing safety in aviation operations. The contract is set for a twelve-month delivery period from January 1, 2025, to December 31, 2025. Interested parties may challenge this sole source decision by submitting written information to the government at dlaea.bps@dla.mil, with inquiries directed to Tuan Trau at tuan.trau@dla.mil or Joy Massey at joy.massey@dla.mil.
    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.