Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2005 FBO #1206
SOURCES SOUGHT

58 -- ATC Radar and Processing Display System

Notice Date
3/14/2005
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2637A
 
Response Due
3/21/2005
 
Small Business Set-Aside
N/A
 
Description
1. Introduction 1.1 The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston intends to issue a Request for Proposal (RFP) employing FAR Part 12, Acquisition of Commercial Items. The estimated value of this firm fixed price, indefinite-delivery indefinite-quantity (IDIQ) contract is $8 million consisting of one (1) base year plus two (2) one-year option periods. This effort is to procure a non-developmental item (NDI), commercial-off-the-shelf (COTS) Department of Defense (DoD), Federal Aviation Administration (FAA) National Airspace System (NAS) certified ATC radar processing and display system to receive and integrate primary and secondary radar data from multiple sensors and display the information for use in positive control of air traffic. 2. Existing Service 2.1 The objective of the Government is to acquire a NDI product that is currently operational and logistically supported within existing USAF and FAA organizations for delivery and further deployment by SPAWAR Charleston. Required digital radar and data interfaces include those currently in use by the FAA/DoD (ASR-9, CD-1, CD-2, ASTERIX, IFDT, etc). 3. Transition 3.1 The offered product will be installed/integrated into a three-container Transportable Radar Approach Control (TRAPCON) in Charleston, SC, and then shipped and configured on-site by the Government. Options for on-site contractor technical support services in Charleston, SC, and in Southwest Asia are anticipated in the contract requirements. The procurement will be for one system and a site spares package in place at SPAWAR Charleston within sixty days after receipt of order (ARO) including target site adaptation and with contractual options for three additional systems. Radar processing and display capabilities include, but are not limited to: ?? Simultaneous interface with long and short-range radars ?? Adjustable display extent to either preset or variable coverage extent settings ?? Primary and secondary radar tracking/display ?? Mosaic data presentation from multiple digital ASR sensors ?? Display of radar data concurrently from multiple sensors ?? Both single-sensor and multi-sensor situation display presentations ?? DoD/FAA Nationally certified 21??? to 30??? displays provided for Radar presentation ?? Embedded tools to create, modify or delete map displays in the field. ?? Online Real Time Quality Control certification of system presentation and maintenance diagnostics ?? Concurrent data recording and playback ?? Open and scaleable system hardware architecture ?? DoD/FAA Nationally certified Conflict Alert and Minimum Safe Altitude Warning ?? Integrated Flight Data Processing (FDP) ?? Integrated Radar Data Processing (RDP) ?? Keyboard selection between RDP and FDP for Flight Data Input/Output (FDIO) functionality ?? Three active keyboards and track balls integrated into a single controller position display ?? Integration with currently deployed STRAPS remote tower displays ?? GPS-based time source ?? Embedded controller training ?? Complete operations and maintenance documentation package 4. New Service Description 4.1 System 1 Requirements ?? A minimum of six controller position indicators with the possibility of adding an additional four indicators in the future ?? The system will have one digitized AN/GPN-27 ASR feed ?? The system will be configured to accept a AN/GPN-30 feed in addition to the digitized AN/GPN-27 ASR feed ?? The system must be expandable to allow up to two additional digitized ASR feeds System 2 Requirements ?? A minimum of four controller position indicators with up to four additional indicators in the future ?? The system will have one digitized AN/GPN-27 ASR feed ?? The system must be expandable to allow up to two additional digitized ASR feeds in the future System 3 Requirements ?? A minimum of four controller position indicators with up to four additional indicators in the future ?? The system will have one digitized AN/GPN-27 ASR feed ?? The system must be expandable to allow up to two additional digitized ASR feeds in the future System 4 Requirements ?? A minimum of four controller position indicators with up to four additional indicators in the future ?? The system will have one digitized AN/GPN-27 ASR feed ?? The system must be expandable to allow up to two additional digitized ASR feeds in the future. 5. Additional Requirements 5.1 Product(s) information: a. Product(s) description. Include developed radar interfaces and locations where systems are currently deployed. Include operating system, application system, Software Licenses, display/performance capacities, Reliability, Maintainability, Availability (RMA), production capabilities, warranties and a list of available product documentation. Base or list pricing information should also be provided. b. Application software. Include a description of software standards used in developing the product(s)/interface(s). Address adherence to SEI-CMM/CMMI and/or ISO-9000 processes. c. Support and maintenance capability. Describe support available, including both maintenance and training. Address ability for Government access to product source code should the vendor decide to drop the product sometime in the future or should the Government decide to utilize third party maintenance support. 6. Administrative 6.1 Interested offerors are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support qualifications of the company to produce required product and services necessary to meet or exceed the stated requirements. There is a limit of five (5)pages on data submitted. Do not include any support documentation for any company other than your own. This is an analysis of your company???s abilities and what it can or cannot perform. Responses must include the following: (1)name and address of firm;(2)size of business, including: average annual revenue for past three years and number of employees;(3)ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, Disabled Veteran-Owned, and/or Veteran-Owned Business;(4)number of years in business;(5)two points of contact, including: name, title, phone, fax, and e-mail address;(f)CAGE Code and DUNS Number (if available);(g)Affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime);(h)A list of customers (not more than five) for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract reference, and customer point of contact with phone number. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE, HUB-ZONE OR 8(A) SET-ASIDE BASED ON RESPONSES HERETO. THE APPLICABLE NAICS CODE IS 517910 WITH A SIZE STANDARD OF $12.5 MILLION, CLOSING DATE FOR RESPONSES IS 21 MAR 2005. Responses should be provided in MS Word (.doc) or Adobe Acrobat (.pdf) electronic formats. The Government point-of-contact for technical information, is Donald Sallie, Code 662DS at (843)218-4345 or email: donald.sallee@navy.mil . All replies shall be submitted to the Contract Specialist, Trish Johnson, Code 0216TJ, P.O. Box 190022, North Charleston, SC 29419-9022. Offerors are encouraged to respond to this request for information (RFI); however, lack of a response to this RFI does not preclude participation in the upcoming procurement. The Government will use the responses from the RFI to help solidify the requirements for this procurement.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=17CD818A20D8B51B88256FC4004DD435&editflag=0)
 
Record
SN00768371-W 20050316/050314212311 (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.