Issue_Date[ 05-20-96 ]
< Federal Aviation Administration, Mike Monroney Aeronautical
Center, Aviation Acquisition Contracting Team, AMQ-410, P.O. Box
25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929
< 70 -- FLIGHT STANDARDS PROBLEM RESOLUTION AND SUPPORT SERVICES
SOL 50-96-Q-612985 DUE 053096 POC Brenda Holmes, Contracting
Officer, (405) 954-7850 The Federal Aviation Administration (FAA)
intends to place an order against BTG Inc's 1996 GSA Schedule
Contract for support services for the WAN implementation. The
following is a basic description of the services to be provided:
FAA's Flight Standards Service (AFS) is in the process of building
a communications infrastructure that will provide connectivity to
all AFS organizations to establish the foundation for Electronic
Data Interchange (EDI) and Electronic Commerce (EC) facilitation.
AFS has designed a Wide Area Network (WAN) that provides dedicated
circuit connectivity to all Flight Standards District Offices
(FSDOs) and Regional Offices (Ros). The connectivity of these 110
locations assures AFS that data can be transported to any AFS
organization. FAA flight standards requires support services in the
effort to implement this WAN. The tasks for this support are
detailed as follows and covers the range of activities required to
provide WAN support and problem resolution for all AFS sites. The
AFS WAN is the most critical infrastructure component in the Flight
Standards Enterprise Architecture for facilitating Electronic Data
Interchange (EDI) as well as Electronic Commerce. The work to be
performed includes the contract support requirements for the WAN
implementation and are divided into four discrete tasks: 1. WAN
Support Services: Problem Resolution 2. Planning and testing
support services for WAN. 3. Administrative and Support Procedures
Documentation These tasks are described below in detail: 1. PROBLEM
RESOLUTION - This task requires that the contractor assist AFS in
defining and resolving problems related to the WAN day-to-day
usage. This task shall provide all activities associated with AFS
LAN Administrators and AFS users utilization issues, whether
problems or enhancement requests, for the continuing WAN
infrastructure. The WAN support personnel will also directly
interface with the AFS Safety Support Hotline and the ADTN 2000
contractor, GSI. Services to be provided by the contractor include:
. Monitor and track WAN-related issues. Work with LAN
Administrators in bring WAN-related issues to resolution. . Work
with GSI and AFS-620 in resolving the problem. . Once the problem
is determined to be resolved, conduct tests to ensure the problem
is resolved. 2. PLANNING AND TESTING SUPPORT SERVICES - This task
shall require the contractor to perform activities interacting with
the WAN Support Services team to determine all post-implementation
support criteria for AFS WAN upgrades and enhancements. These
activities shall include: . Maintain a ''simulated'' AFS LAN/WAN
environment for issue reproduction and resolution . Develop
procedures for ongoing, post-implementation support services
impacted by WAN enhancements. . Provide the testing to ensure any
new procedures and enhancements will not negatively impact AFS WAN
users. 3. ADMINISTRATIVE AND SUPPORT PROCEDURES DOCUMENTATION -
This task shall require the contractor to develop and maintain WAN
problems resolution procedures, as well as WAN issues status
reports, and other statistical reports as required. Monthly status
reports shall also be required. The above required tasks will be
conducted at the contractor facilities and required government
locations. The Standard Industrial Classification (SIC) code is
3577. The intent of this synopsis is to determine whether any other
source(s) exist, therefore, no RFQ is available. Interested parties
are invited to identify their interest and capability to provide
the required services within 5 calendar days of this synopsis.
Comparable services will be considered only if clear and convincing
documentation, including technical and pricing information is
furnished. All responses from responsible sources will be fully
considered. As a result of analyzing responses to this synopsis of
intent, the contracting officer may determine that an open market
purchase may be in the Government's best interest in lieu of buying
off of the GSA Schedule. If an open market purchase is to be made
the intended schedule vendor and all firms that respond to this
synopsis of intent will be put on the bidders list. The services
are only known to be available from BTG, Inc. Other concerns having
the ability to furnish the above services are requested to give
written notification including the name and telephone number of a
point of contact) to the procuring office listed in this notice,
with reference made to file # 50-612983 within 5 calendar days from
the date of this publication. Responses should provide information
regarding the ability of your company to satisfy the Government's
requirement. All responses to this synopsis will be considered
prior to further acquisition action by the Government. Any
information received as a result of this announcement will not be
provided to other contractors and will normally be considered
solely for the purpose of determining whether to conduct a
competitive procurement in lieu of a limited competitive
procurement. The final determination by the Government not to open
this requirement to competition between other manufacturers, based
on any information provided, is solely within the discretion of the
Government. Responses to this synopsis should be submitted by
facsimile to (405) 954-3030. Attn: Brenda Holmes (0137)
-----------------------------------------------------------------
This information is provided as a service of
Counterpoint Publishing, Inc. of Cambridge, MA.
Redistribution without written permission is prohibited.
-----------------------------------------------------------------
Issue_Date[ 05-23-96 ]
< Federal Aviation Administration, Mike Monroney Aeronautical
Center, Aviation Acquisition Contracting Team, AMQ-410, P.O. Box
25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929
< 70 -- FLIGHT STANDARDS PROBLEM RESOLUTION AND SUPPORT SERVICES
SOL 50-96Q12984 DUE 053096 POC Brenda Holmes, Contracting Officer
(405) 954-7850 The Federal Aviation Administration (FAA) intends to
place an order against BTG Inc's 1996 GSA Schedule Contract number
GS00K95AG2014 for support services for Federal Aviation Flight
Standards Service (AFS). A contractor is required with sufficient
technical qualifications to support it in selected aspects of the
architecture, construction, communications engineering, and
deployment of its next-generation information and communications
systems. The selected contractor shall provide support for AFS's
Oklahoma City based Standard Query Language database server
operations. The selected contractor shall also provide
full-spectrum, continuous support to the design, engineering,
installation, training, maintenance, network management and
on-going user support activities involved with the implementation
and operation of AFS' local-area data communications networks.
Detailed descriptions of the types of professional services
required by AFS are provided in the paragraphs which follow. Type
one tasking shall involve support for AFS' LAN-based assets. Type
two tasking will involve support for SQL database server
operations. More detailed descriptions of the services to be
provided for each type of tasking are provided below. Task type one
- Local Area Network Support Services. The contractor shall provide
all forms of support required to fully implement and maintain the
AFS local-area networks. The contractor shall perform all required
systems engineering, analytical and maintenance services to support
Network Operating Systems, file servers, local-and wide-area
networking devices/circuits, and end user operating environments
and applications software. The aggregate goal of type one tasking
is to provide and maintain the basic infrastructure to support all
current and future AFS Office Automation and systems implementation
efforts. Services provided by the contractor shall include:
Installation and tuning of the AFS-selected Network Operating
System (NOS) on all servers. Evaluation, enhancement (if necessary)
and ongoing support for Server storage, memory and processor
configurations. Testing and modification, if necessary of the
physical wiring plant. Set up testing and ongoing administration of
client software, including log-on scripts and user profiles.
Evaluation, testing and installation of future releases of the NOS
or alternate NOSs. Evaluation of network performance monitoring and
management software applications. Identification of and acquisition
support for current revision levels of all end-user applications
software in significant use at AFS. Where software applications are
no longer supported, the contractor shall evaluate and recommend
alternatives which can be supported in the target AFS environment.
Installation and tuning of those applications identified by the
contractor and acquired by AFS. Installation and tuning work shall
include both the AFS servers and client workstations, with the
contractor responsible for identification and execution of any
changes to software or hardware necessitated by installation of the
application. Client software changes shall also include
installation or standardization of Microsoft Windows' environments
where necessary. Provide end-user problem resolution and training
support. Any other support deemed appropriate by the COTR to
support the primary task type goal of stable, operational LANs and
applications infrastructure for AFS' Oklahoma City operations. 2.
TASK TYPE TWO - STANDARD QUERY LANGUAGE DATABASE SERVER SUPPORT .
As the migration from large scale host systems to client/server and
LAN-based microcomputer systems within AFS has continued, the
strategic importance of standard query language (SQL) based
database servers has become more central to the support of AFS
safety and regulatory missions. AFS requires a contractor who can
provide broad spectrum support for all SQL server based systems in
AFS's Oklahoma City operations. The contract officer's technical
representative (COTR) can direct the contractor subject to Section
G.12 of the OATS Contract, to deliver any related services which
support the primary task area goal of effective management of AFS'
SQL database resident data assets. Services provided by the
contractor shall include: Maintenance and tuning support for the
Accident/Incident System. Maintenance and tuning support for the
Enforcement System. Maintenance and tuning support for the Service
Difficulty Reporting System. Maintenance and tuning support for the
Vitals System. Maintenance and tuning support for the Problem
Tracking and Resolution System. Maintenance and tuning support for
any other AFS Oklahoma City-based mandated or managed system not
named above. Software maintenance and tuning support for the SQL
applications front ends written in Microsoft Access. Software
maintenance and tuning support for the SQL applications frond ends
written in Microsoft SQL Server. Software maintenance and tuning
support for the SQL applications front ends written in Power
Builder. Software maintenance and tuning support for the SQL
applications front ends written in Visual Basic. The services will
be performed on Government or contractor premises, as appropriate
to the particular activity. Work performed on Government premises
will be conducted primarily at the Mike Monroney Aeronautical
Center in Oklahoma City, Oklahoma. Standard Industrial
Classification (SIC) code is 3577. The intent of this synopsis is
to determine whether any other source(s) exist, therefore, no RFQ
is available. Interested parties are invited to identify their
interest and capability to provide the required services within 5
calendar days of this synopsis. Comparable services will be
considered only if clear and convincing documentation, including
technical and pricing information is furnished. All responses from
responsible sources will be fully considered. As a result of
analyzing responses to this synopsis of intent, the contracting
officer may determine that an open market purchase may be in the
Government's best interest in lieu of buying off of the GSA
Schedule. If an open market purchase is to be made the intended
schedule vendor and all firms that respond to this synopsis of
intent will be put on the bidders list. The services are only known
to be available from BTG, Inc. Other concerns having the ability to
furnish the above services are requested to give written
notification including the name and telephone number of a point of
contact) to the procuring office listed in this notice, with
reference made to file # 50-612984 within 5 calendar days from the
date of this publication. Responses should provide information
regarding the ability of your company to satisfy the Government's
requirement. All responses to this synopsis will be considered
prior to further acquisition action by the Government. Any
information received as a result of this announcement will not be
provided to other contractors and will normally be considered
solely for the purpose of determining whether to conduct a
competitive procurement in lieu of a limited competitive
procurement. The final determination by the Government not to open
this requirement to competition between other manufacturers, based
on any information provided, is solely within the discretion of the
Government. Responses to this synopsis should be submitted by
facsimile to (405) 954-3030. Attn: Brenda Holmes (0142)