Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

99 -- DOTS PLUS SUSTAINMENT

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-350 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
3988
 
Response Due
3/31/2005
 
Archive Date
4/30/2005
 
Description
The Oceanic and Offshore Directorate has developed and deployed the Dynamic Ocean Track System (DOTS Plus). DOTS Plus generates optimized flexible track networks that provide the best airspace utilization consistent with user operating requirements for efficient fuel management, weather avoidance and departure time optimization. DOTS Plus receives weather data at least twice daily which is used as input to determine fuel efficient tracks meeting FAA separation requirements for a given oceanic air space area. DOTS Plus is currently installed in three Air Route Traffic Control Centers (ARTCC) located in Oakland (Fremont) CA. Ronkonkoma NY, and Anchorage AK. The system is also installed at the Air Traffic Control System Command Center in Herndon, VA, and at the FAA William J. Hughes Technical Center in Atlantic City, NJ. A complete DOTS Plus development lab is located in Washington DC in the contractor's office space. The lab resources are government owned and constitute part of the Government Furnished Equipment (GFE) for this contract. A detailed list will be provided upon request. DOTS Plus has been operating since 1990 with the first installation at Oakland ARTCC. DOTS Plus was developed in the latter part of the 1980's under contract with the FAA. DOTS Plus has approximately 500,000 lines of C++ code. The DOTS Plus baseline documentation has been recently updated and will be GFE as part of this contract. DOTS Plus is currently maintained by the CSSI Corporation under a five-year contract and has been extended one year with expiration 31 October 2005. This procurement will be for services to maintain and enhance the DOTS Plus system for five years. CSSI is the current contractor providing these services; therefore, CSSI will not be required to submit documentation evidencing their capabilities. The potential contractor must have expert knowledge of the DOTS Plus system and the FAA Oceanic air traffic control environment and must have the capability to develop, maintain, archive, and control access to DOTS Plus source code through an established, FAA approved configuration control process. The contractor must have expert knowledge of all DOTS Plus external interfaces, i.e., NADIN, ISDN, and WARP/WINS. The contractor must have experience and a working knowledge of the following algorithms: Computational Spherical Geometry, Track Optimization, Fuel burn, and Track Advisory. Knowledge of Oceanic Track Advisory flow control processes and the flexible track system, linked by transition routes between domestic and oceanic airspace is also required. The contractor must maintain a logistic and depot capability that supports all DOTS Plus sites. Additionally, the vendor may be asked to assist in engineering and scientific analysis of oceanic traffic flow management solutions to improve the effectiveness of oceanic track network generation, track advisory, traffic metering, and end-to-end aircraft trajectory planning. Minimum technical hardware and software and analysis capability requirements include: 1. Complete DOTS Plus software and hardware maintenance and testing capability adaptable to emulate all DOTS Plus facilities; 2. An established software maintenance infrastructure allowing simultaneous access to DOTS Plus source code by both contractor and government organizations while protecting the confidentiality, configuration, and integrity of base lined and in-process modification copies; 3. Recent experience operating a contractor depot logistics system. The vendor will be required to furnish labor, facility, materials, special tools, parts, and test equipment to perform software and hardware maintenance and contractor maintenance and logistic support at all DOTS Plus sites and support facilities. Contractor must have experience running a help desk environment for H/W and S/W support on the IBM AIX version 5.1 O/S and the pSeries 615 hardware and CISCO 2600XM routers. The contractor must be able to acknowledge a maintenance notification by any site within two hours and perform remote maintenance and or dispatch properly trained and qualified support personnel, as necessary, to any DOTS Plus facility on 24 hour notice to restore DOTS Plus service in the event of a DOTS Plus system failure and within 48 hours for DOTS Plus maintenance problems not involving a system failure; 4. Expert knowledge of DOTS Plus software and hardware and established procedures for maintenance and modification of DOTS Plus software and hardware; to include experience and expert knowledge in the following areas: a) Programming language C++, SCCS S/W management tool, UNIX, X.25 software, Multi-tasking, PCP message passing, X-Windows and UIM/X (graphical user interface builder). b) Memory checking tool Parasoft Insure ++ Version 6.0 for AIX. c) Expert knowledge of CISCO 2600XM routers as configured in the DOTS Plus operating environment. 5. Established expertise in aircraft performance modeling, track network and airspace analysis, and traffic flow management in the oceanic and offshore airspace environment, and; 6. ISO-9001 certification. The anticipated contract type for this procurement is Time and Material. The total period of performance is five years, and the total estimated cost is $6,000,000. Interested vendors shall respond with a technical statement of experience and proven capabilities of working technically equivalent systems in a similar environment, and proven record of providing timely and efficient support services. Vendors must address all items 1-6 above. Vendors shall also provide a transition plan detailing steps needed to transfer the sustainment work without impacting the schedule of fixes to software troubles or impacting the maintenance of the system hardware at the sites. Submitted documentation must not exceed twenty (20) pages in length when printed on 8.5x11 inch paper. The FAA will not pay for any information received or costs incurred in preparing responses to the announcement. Any proprietary information should be marked. Also, this announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responses must be received NLT 02/15/05. If interested and capable of meeting all requirements, please contact the Contracting Officer, Ms. Thais Y. Davis-Campbell via e-mail at Thais.Campbell@faa.gov.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=3988)
 
Record
SN00743403-W 20050203/050201211825 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.