Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
MODIFICATION

58 -- Digital Radar Data Processing and Display Systems

Notice Date
1/22/2008
 
Notice Type
Modification
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-08-R-0055
 
Response Due
2/1/2008
 
Archive Date
3/2/2008
 
Point of Contact
Point of Contact - Joanne Banks, Contract Specialist, 843-218-5953; Joanne Banks, Contracting Officer, 843-218-5953
 
E-Mail Address
Email your questions to Contract Specialist
(joanne.banks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Space and Naval Warfare Systems Center (SPAWARSYSCEN) Charleston, Air Traffic Control (ATC) Systems Engineering Division in support of the United States Central Command Air Forces, intends to award a commercial, sole- source contract to Lockheed-Martin Transportation and Security Solutions (Lockheed-Martin), 3333 Pilot Knob Road, Eagan, MN, for certified digital Radar Data Processing and Display Systems (RDPDS) that is presently used for positive control of air traffic by the United States Air Force (USAF) in the domestic National Airspace System (NAS). The RDPDS will be installed and integrated into an existing Transportable Radar Approach Control (TRAPCON) facility at SPAWARSYSCEN Charleston. The RDPDS, installed in the TRAPCON, will be deployed by the Government to Southwest Asia. The RDPDS must be in place and ready for installation in the TRAPCON, to include software site adaptation, at SPAWARSYSCEN Charleston within sixty (60) days after the contract date. The system manufactured by Lockheed-Martin is certified in both terminal and en-route air traffic control, with a certified NAS host function, and has a DoD/FAA certified Conflict Alert and Minimum Safe Altitude Warning capability currently in use by active duty USAF air traffic controllers. The system is certified for operations by the Air Force Flight Standards Agency. The system has embedded tools to create, modify, and delete maps or any other site unique adaptation parameters in the field without the requirement for an intermediate operational support facility (OSF). Also, Lockheed-Martin has an established federal logistics support structure for software adaptation, operations and maintenance training, software and hardware support, including documentation, parts, and depot-level services. The procurement will be for a system with an option to procure additional systems. A Firm Fixed Price type contract is anticipated. The applicable North American Industry Classification System (NAICS) Code is 517410, and the size standard is $13.5 million. This notice is not a request for competitive proposals. Any response to this notice is due 10 days from the date of this publication. The SPAWARSYSCEN Charleston point-of-contact is Joanne Banks, Code 2.2.3JB, telephone (843) 218-5953; fax (843) 218-5947; or e-mail address joanne.banks@navy.mil. REFERENCE NOTE # 22.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=9AF5E6CD2C4898A3882573D80057C2E4&editflag=0)
 
Record
SN01489873-W 20080124/080122224151 (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 |
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.