SOURCES SOUGHT
69 -- Procurement and installation of Air Range Instrumentation Systems to cover Special Use Airspace
- Notice Date
- 9/6/2007
- Notice Type
- Sources Sought
- Contracting Office
- M67854 PM TRASYS, Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- M6785408R8001
- Response Due
- 9/21/2007
- Description
- The government is seeking sources to perform coverage analysis, site surveys, manufacturing, testing, and installation of a commercially available multi-lateration air range instrumentation system (Air RIS) capable of receiving and processing ATCRBS, Mode S, and ADS-B signals in order to track aircraft traffic. Sources must be able to provide all of the capabilities, equipment, and services listed. Coverage areas include Special Use Airspace (SUA) in/around the following locations: MCAS Cherry Point, NC, MCB Camp Pendleton, CA, MCB Camp Lejeune, and MCB Quantico, VA. System should be able to detect air traffic down to 100' AGL and up to the SUA ceiling. System power should be adjustable to minimize spill out of any radiated signals outside the SUA. System should also have the ability to fuse system information with primary/secondary reports from existing and future radar systems. System should allow for targets to be tagged for identification by range operation personnel. System should be capable of transmitting aircraft track/position data to an automated After Action Reporting (AAR) system using the Distributed Interactive Simulation (DIS) protocol. The system should be capable of sending air track/position data to the Government?s Integrated Range Status System (IRSS) utilizing ASTERIX CAT 10 data format via UDP messages. If the system uses a 1030 MHz transmitter system, it shall not exceed FAA acceptable transponder occupancy rates or FRUIT limitations. If using 1030/1090MHz frequencies the system must have at least a NTIA Stage 3 (Developmental) approval, with the ability to obtain a Stage 4 approval. System should also have or be capable of obtaining a DoD Information Assurance certification. The anticipated installation date is 90 days after contract award. This is not a request for quotations or an announcement of a forthcoming solicitation. It should not be construed as a commitment of any kind by the US Government to issue a solicitation. Any information provided to the Government in response to this RFI will become USMC property and will not be returned. All proprietary or classified information will be treated appropriately.
- Web Link
-
Graham K. Oliff Jr.
(http://)
- Record
- SN01397661-W 20070908/070906222411 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |