SOURCES SOUGHT
58 -- AIR TRAFFIC CONTROL COMMUNICATIONS TESTING FACILITY AND AVIONICS SYSTEM TEST (ACTFAST)
- Notice Date
- 8/30/2005
- Notice Type
- Sources Sought
- NAICS
- 517910
— Other Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-06-R-0001
- Response Due
- 9/16/2005
- Description
- This is a sources sought synopsis. The Air Force Flight Test Center (AFFTC), 412 Test Wing, Edwards AFB, CA is seeking sources with demonstrated expertise and experience to support testing and certification of aircraft Communications, Navigation, Surveillance/Air Traffic Management (CNS/ATM) data links and associated applications under the Air Traffic Control (ATC) Communications Testing Facility and Avionics System Test (ACTFAST). The Government requests qualification packages from sources capable of meeting the requirements under this acquisition. The Government will consider all responses to determine the extent of interest of qualified sources in this acquisition. Industry must submit sufficient information for the Government to determine their capabilities and experience to perform the ACTFAST requirements. The capability consists of air traffic control workstations, including South Pacific Regional Ground Stations, Aeronautical Telecommunications Network (ATN) workstations, Federal Aviation Administration (FAA) workstations, Mode S Elementary and Enhanced Surveillance Testing Capability, Very High Frequency (VHF) Stand Alone Center Agent (SACA), High Frequency (HF) SACA and Satellite Communications (SATCOM) SACA, Digital Automated Terminal Information Service (D-ATIS) tower system, network gateways and routers, network system interfaces, and VHF/HF radio ground stations, test conductor workstations, and test data collection and analysis software. The ACTFAST capability will assist aircraft flight test programs with avionics system-level test and aircraft certification. Certification allows military aircraft to operate in the CNS/ATM environment. Requirements include hardware, software, test equipment, technical support, maintenance, repairs, training, global link communication, and documentation associated with the system. Firms having an interest, capability, and appropriate background are invited to submit particulars of qualification and experience. Responses shall include sufficient information to demonstrate the experience and capability to perform all areas of the required support as part of a qualification package. Responses shall include, as a minimum: (1) validation of FAA equipment and data link service certification and requirements compliance (2) prior work experience with CNS/ATM data links, ATC workstations, and testing of such, and (3) evidence of capability to provide hardware, software, VHF, HF, and satellite aeronautical communications services and maintenance required to perform development and post test data analysis. Firms are encouraged to contact Mr. Francisco Lagunas, Government Project Engineer, at (661) 277-5534 or e-mail francisco.lagunas@edwards.af.mil for more TECHNICAL information. Screening criteria will be proof of experience with and access to ARINC, Inc. proprietary data including ARINC ATC workstation software, CNS/ATM Gateway/Router software, and Integrated ARINC Ground Stations (both ACARS and VDL Mode 2). The total package shall not exceed 15 pages. Drawings, diagrams, or figures may be provided as an attachment to the response to clarify stated capabilities. The statement of capability shall include relevant background and experience, with contract numbers, names and telephone numbers of contracting office and technical office point of contacts (POCs) for each contract, whether these services were provided commercially to non-government agencies, and the size of the firm (large business, small business, veteran-owned small business, etc). The NAICS code is 517910. Any company proprietary information shall be separately marked. All responses to the sources sought synopsis shall be provided no later than 16 Sep 2005. Electronic responses shall not be accepted. The qualification packages shall be sent via USPS, overnight or courier services for receipt at Edwards AFB no later than 16 Sep 2005, addressed to Directorate of Contracting, 412 TW/PKDD, Attn: Joanne Eldredge, 5 South Wolfe Avenue, Bldg 2800, Edwards AFB, CA 93524-1185. All questions, other than those of a technical nature, shall be submitted to Joanne Eldredge at (661) 277-7707, fax (661) 275-7852, or e-mail: joanne.eldredge@edwards.af.mil. This synopsis does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government. The Government does not intend to pay for any information provided under this synopsis. The synopsis is for information and planning purposes only, to determine the extent of interest of qualified sources by their response to this sources sought synopsis. A determination by the Government not to compete this proposed contract based upon responses to this sources sought synopsis is solely within the discretion of the Government. Information received in response to this synopsis will be considered solely for the purpose of determining whether to conduct a competitive acquisition. FedBizOpps Numbered Notes 25 and 26 apply.
- Record
- SN00882574-W 20050901/050830212110 (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 |