SOLICITATION NOTICE
99 -- FIRS
- Notice Date
- 5/29/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-461 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 6725
- Response Due
- 6/13/2008
- Archive Date
- 6/28/2008
- Point of Contact
- Robert Valdes, (202) 385-6157
- Small Business Set-Aside
- N/A
- Description
- Posting (Brief Abstract): Market Survey Capability Assessment for FIRS.The FAA has a requirement for the continued operation, maintenance and support of the FAA Interfacility Radar Simulator (FIRS). This is a continuation of effort currently performed by JVN Communications Inc. Note: JVN owns the intellectual property rights to all the FIRS applications. FIRS is a large complex integrated hardware system utilizing approximately two million lines of executable software code. FIRS is a digital recorder, scenario generator, analyzer, and playback system. It incorporates an application that compiles hardware and software products together using an operating system and commercial-off-the-shelf (COTS) equipment onto an x86-based platform. FIRS can be transported to FAA and vendor facilities to thoroughly analyze air traffic control automation systems in all ATC domains. FIRS maintenance and enhancement requires detailed knowledge of the exact as-built construction of the hardware and software of both operational and support systems. The specific objectives of this public announcement are as follows:To inform interested industry of this planned FY08 FIRS support acquisition. To assess the feasibility of procuring FIRS support via a competitive acquisition. In order to determine if FIRS support can be acquired competitively, the FAA is interested in determining whether industry can satisfy this requirement without reliance on the existing supplier's proprietary data rights/processes. Should a competitive approach to award this requirement prove unfeasible the FAA will procure this requirement via a follow-on sole source award to the present supplier.To assess the feasibility of competition limited to small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. To solicit industry feedback on the attached Statement of Work.Interested vendors are requested to provide the following:1.Capability Statements not to exceed 20 pages that address the following: Type of services provided by your company,Size and type of services provided by previous contracts. Elaborate and provide detailed information and past performance history, Number of years in business,Capabilities to provide the services described in the referenced SOW without reliance on present supplier's proprietary data rights/processes. This must address the following:A.The FIRS product line includes the STARS Inter-facility and Radar Simulator (SIRS), Transportable FIRS (TFIRS), Portable FIRS (PFIRS), Rack Installed FIRS (RIFIRS), Radar Box (RBX), Graphical Scenario Generation Tool (GSGT), and Simulation Driver Radar Replacement (SDRR). The contractor shall provide all necessary qualified personnel, services, and software tools to satisfy FIRS maintenance and enhancement requirements consisting of management, engineering, application software, firmware applicable to Input/Output hardware, design, production, installation, integration, testing, reporting and documentation. B.Develop and provide scenarios and scripts needed to support all STARS (including STARS Light), CARTS platforms: ARTS-IIIE, ARTS-IIE, ARTS-1E; ongoing upgrades: Terminal Automation Replacement Program(TAMR) at Minneapolis, Chicago, Denver and St. Louis Terminal Radar Approach Control (TRACON), Automatic Dependent Surveillance- Broadcast (ADSB) at Louisville, KY, and future CARTS and STARS product improvement TFOS activities.C.Provide data extraction, data reduction and analysis tools for the FIRS product line as needed.D.Provide FIRS the capabilities to exert dynamic message control (a.k.a. dynamic simulations) in support of Terminal Field Operations Support program activities and enhancements.E.Provide the capability to simulate record and playback future surveillance sensors sources such as Multilateration for Airport System Detection Equipment (ASDE) and Automatic Dependent Surveillance - Broadcast (ADS-B) to support TFOS activities. Enhance and modify JVN Communications' proprietary source code as necessary to support these capabilities.F.Provide the capability to generate scenarios using Terminal adaptation such as radar and approach plate data using a graphical interface. These scenarios should be exportable to SDRR for use in TFOS activities. Provide enhancements as required by TFOS supported programs. 2.Expected programmatic approach (in-house, teaming, subcontracting, etc). Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3.A list of all teaming partners, as applicable, with a description of each partners responsibility contingent on a competitive award being made. 4.A declaration as to whether your company is a small business, service-disabled veteran-owned small business or an eligible socially and economically disadvantaged small business certified by the SBA for participation in the SBA's 8(a) program. Note: the principle North American Industry Classification System (NAICS) code for this effort is 541512. 5.Any desired comments concerning the draft SOW.Responses to this market survey will be used for informational purposes only. This is not a Screening Information Request or Request for Offers. The FAA is not seeking or accepting unsolicited proposals. Respondents should not include information deemed proprietary. The FAA will not pay for any information received or costs incurred in preparing the responses to the market survey. RESPONSES TO THIS MARKET SURVEY ARE REQUESTED BY 12:00 noon EST on June 13, 2008. Replies may be submitted via email to the address noted below. Federal Aviation AdministrationAttn: Robert Valdes, Contracting Officer, AJA-46600 Independence Ave, SWWashington, DC. 20591(202)385-6157Robert.Valdes@faa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2123c1ccbca238d034ccf0da9b8da75f&tab=core&_cview=1)
- Record
- SN01582897-W 20080531/080529221708-2123c1ccbca238d034ccf0da9b8da75f (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 |