Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

D -- ASDE-X Data Distribution Cabinet Installation at the Newark Liberty International, Hartsfield-Jackson Atlanta International, Boston Logan International and the Orlando International Airports

Notice Date
8/28/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-08-R-20035
 
Response Due
9/12/2008
 
Archive Date
12/12/2008
 
Point of Contact
Point of Contact -Steve Garanin, Contracting Officer, 617-494-6126<br />
 
Small Business Set-Aside
N/A
 
Description
The United States Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center (Volpe Center) intends to award a contract, based on a sole source procurement, to Sensis Corporation in accordance with FAR 6.302-1, only one responsible source, and no other type of supplies and services will satisfy agency requirements. The Volpe Center intends to procure, through a Firm-Fixed Price contract, to provide the following supplies and services: supply, install and configure four Airport Surface Detection Equipment Model X (ASDE-X) Data Distribution Cabinets to be used to integrate ASDE-X data from the Newark Liberty International, Hartsfield-Jackson Atlanta International, Boston Logan International and the Orlando International Airports with the Federal Aviation Administration (FAA's) Enhanced Traffic Management System (ETMS), by November 30th, 2008. The Sensis Corporation is currently the only company that has a commercially available airport surface management tool, which has been approved by the FAA for integration with the FAA's ASDE-X system. The Volpe Center is assisting the FAA's Air Traffic Systems Operations Division with the integration of Newark, Atlanta, Boston and Orlando Airport's ASDE-X data into the ETMS. This will require the purchase, delivery, installation and configuration of ASDE-X Data Distribution cabinets: one for each of the four sites. Site engineering and preparation is required prior to the placement of the Data Distribution cabinets. This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; FAR Part 15, Contracting by Negotiation; and as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The applicable North American Industry Classification Code (NAICS) code for this requirement is 334511; the Small Business size standard is 750 employees. STATEMENT OF WORK (SOW) BEGIN-BACKGROUND: Among the many challenges facing U.S. aviation, two of the most important are enhancing the efficiency of air-traffic flow and improving the safety of aviation systems. The Volpe Center provides support to FAA Systems Operations addressing these challenges. Key to reducing en route congestion in the nation's airways is the integration of new technologies and techniques that enable more effective responses to changing conditions, such as congestion, equipment outages, and weather. The ETMS is an automation system developed by Volpe's Automated Applications Division for the FAA to track, anticipate, and manage the flow of air traffic throughout U.S. airspace. It integrates real-time flight and weather data from multiple sources, presenting information graphically in a highly adaptable format. ETMS includes capabilities for en route congestion management, enhanced collaborative decision making with airlines, and access to improved severe weather forecasts. The FAA is currently implementing ASDE-X systems at multiple airports in the National Airspace System (NAS) throughout the country. The ASDE-X provides Air Traffic Local and Ground Controllers with situational awareness of aircraft and vehicles within the airport movement area. The ADSE-X is one of the FAA's primary systems to minimize runway incursions and accidents. ASDE-X also provides a data distribution capability which will provide the ETMS the necessary airport surface and approach surveillance data to enhance its capabilities. The FAA's Collaborative Air Traffic Management Technologies (CATMT) program is aimed at future capability enhancement. The addition of airport surface information into the traffic flow management systems could enhance ETMS capabilities with earlier predictions and modeling of traffic and congestion rather than waiting to develop real-time predictions and models based on actual departure data. The Contractor shall supply, install, integrate and check-out four ASDE-X Data Distribution Cabinets, one each for the Newark, Boston, Atlanta and Orlando airports prior to November 30, 2008. The Data Distribution Cabinets and all aspects of the installation shall be fully warranted for 90 days once the cabinet(s) has been accepted by the Government. ASDE-X DATA DISTRIBUTION CABINET: The Contractor shall produce and deliver four ASDE-X Data Distribution Cabinets to the airports identified within. The ASDE-X Data Distribution system shall include all software, firmware, hardware, interfaces, commercial and non commercial licenses, documentation and special support equipment necessary to install, operate and maintain the ASDE-X Data Distribution System at each of the airports identified herein. The Data Distribution Cabinets shall include the factory testing typically required for acceptance by the FAA's ASDE-X program. A report reflecting the successful factory testing of each Data Distribution Cabinet shall be provided to the Government's Technical Officer prior to the delivery of each cabinet. SITE SURVEY AND ENGINEERING: The Contractor shall conduct a site engineering survey at each of the airports in order to identify potential sites for hardware to hardware mounting locations, access to installation areas, power, cooling and other infrastructure issues. Guidance concerning equipment installation requirements and constraints are found in: ASDE-X System Installation Constraints Table doc. No. 830-009924. Any deviations from this guidance shall be approved by the Contracting Officer's Technical Representative (COTR). The site survey shall be sufficient to enable the modification of 'Government Supplied' site engineering drawings for the site preparation and installation of the Data Distribution cabinet and the required connections. The information collected shall include the identification of equipment locations, equipment access issues, power source, cable routing, and structural issues that affect mounting. The survey shall also identify administrative issues such as security requirements, site personnel and operating hours. Within 5 working days of the site engineering survey the Contractor shall provide a trip report to the COTR and Contracting Officer which summarizes the site engineering survey and provides the information collected necessary to prepare the site, install and integrate the Data Distribution system with the ASDE-X. The contractor shall provide a red-line set of site engineering drawings which identifies all site preparation identified with the specifications and requirements necessary for the site preparation and installation of the ASDE-X Data Distribution Cabinets. INSTALLATION: The Contractor shall deliver, install, integrate with ASDE-X, align, checkout, adapt, and optimize as necessary ASDE-X Data Distribution Cabinet at each of the identified airports. The Data Distribution Cabinet shall be integrated with ASDE-X systems at each of the identified airports. Installation shall include the supply and installation of the two data lines necessary to supply data to the ETMS system at each airport. At a minimum the Data Distribution Cabinet shall be setup to operate with the ETMS system at each site. All installation work shall be done within the parameters and specifications established in the Government approved version of the Site Engineering Drawings and Specifications produced as part of the site engineering surveys. The Contractor shall develop and deliver to the COTR and Contracting Officer an installation plan and checklist to support the installation and check-out efforts within 10 days of Contract Award. All work shall be accomplished within the framework of National Environmental Policy Act (NEPA) of 1969 and FAA Order 1050.1, Policies and Procedures for Considering Environmental Impacts. All Contractor personnel shall comply with the FAA's security controls as stated in FAA Order 1600.1, Personnel Security Program. Air traffic control activities and services will have priority over all Contractor activities. The Contractor shall provide services in a manner that do not add to Air Traffic (AT) and AF workload, minimizes disruptions to air traffic control facilities and conforms to the procedures considered essential by the Government for assuring safety in air traffic control. There shall be no compromise for the safe and timely control of aircraft during the entire installation period. Equipment, items, parts, or services specifically required to install, test, and checkout each Data Distribution Cabinet within the designated areas shall be provided by the Contractor. All installation hardware shall be new material. The Data Distribution Cabinets shall be installed in Government identified facilities under the oversight of the Volpe Center's COTR. Installation and checkout of equipment shall be scheduled and coordinated with the COTR, local and regional air traffic and airway facilities personnel. SITE ACCEPTANCE TESTING: After satisfactory completion of installation, tune-up, and preliminary checks of the system, the Contractor shall provide technical support for an operational inspection by the Government and shall demonstrate compliance with the specifications and requirements defined in the Engineering Drawing and Specifications Package and a sub-set of the current ASDE-X Production Site Acceptance Test (SAT) procedures. The Site Acceptance Testing shall confirm that the ASDE-X Data Distribution System is properly installed and operationally configured, is undamaged and free from manufacturing defects, and remains in compliance with contractual requirements. The SAT shall be executed on the fully installed and optimized ASDE-X system and shall also include: Interface Testing: Test shall be conducted to verify the interfaces are working in accordance with associated Interface Connection Diagram (ICDs). Interfaces tested shall include but not be limited to all inputs into and all outputs from the Data Distribution Cabinet. Functional Performance Testing: The Contractor shall demonstrate the Status and Control functionality of the ASDE-X system verifying the ability of the operational user to control and monitor the status and operating modes of the Data Distribution system. Stability Testing: The Data Distribution system shall be run continuously for 72 hours without error. Any interruption of service or errors detected shall be noted. Normal system operations including channel changes, data collection, performance monitoring, fault isolation testing, data extraction and off-line diagnostics shall be conducted during the Stability Test. The system and any necessary ASDE-X components shall run error and interruption free for 72 hours before this test is considered complete unless otherwise agreed to by the Government. DELIVERABLES AND SCHEDULE: All documents included below shall be delivered to the Government's COTR in the latest Microsoft Word or TO approved format. 1. Data Distribution Supply, Install and Test:Prior to November 30th, 2008. 2. Data Distribution Cabinet Install Plan: 30 Days After Site Survey. 3. Red Lined Site Engineering Drawings: 20 Days After Site Survey Receipt of Government supplied drawings (whichever is later). 4. Site Survey Trip Report: 20 Days After Site Survey. 5. SAT Report: 30 Days After Data Distribution Cabinet Acceptance. 6. Final Site Engineering Drawings: 30 Days After Data Distribution Cabinet Acceptance. The Contractor shall provide the necessary personnel, services, equipment and materials to perform the CLINS in accordance with the above SOW. Proposals shall include pricing for the following four (4) line items in a written quotation: CLIN 0001 Supply, install and test Data Distribution System at Orlando International Airport $__________; CLIN 0002 Supply, install, and test Data Distribution System at Newark Liberty International Airport $__________; CLIN 0003 Supply, install and test Data Distribution System at Boston Logan International Airport $__________; CLIN 0004 Supply, install and test Data Distribution System at Hartsfield-Jackson International Airport Atlanta $__________; Grand Total of CLINS 0001-0004 $__________. Written proposals must be submitted within fifteen (15) calendar days from the date of publication of this synopsis/solicitation. Responses received after fifteen (15) calendar days with or without the required documentation will be considered non-responsive and will not be considered. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses received to the combined synopsis/solicitation, is solely within the discretion of the Government. The Government does not anticipate holding discussions after receipt of offer and advises all Offerors to present their best prices in response to this solicitation. The Government will award a contract resulting from the solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government. Telephone calls made in place of required documentation will not be accepted. NOTE: All contractors must be registered in Central Contractor Registration (CCR) in order to receive award from a DOT Agency. This proposed action is for commercial supplies/services for which the Government intends to solicit and negotiate with only one source under statutory authority 41 U.S.C. 253 (c) (1), as implemented by FAR 6.302-1. This notice of intent is not a request for competitive quotes. The signed offer may be submitted electronically, via email to Steve.Garanin@dot.gov, or submitted via mail service to the above Point of Contact at RTV-6D2, 55 Broadway, Building 1, Room 1142, Cambridge, MA 02142 no later than 12:00 PM September 12, 2008. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Item (JAN 2006) is hereby incorporated by reference. Additionally, FAR 52.212-3 Representation and Certifications-Commercial items (JUN 2006) are no longer provided within the solicitation and must be submitted on-line through On-Line Representations and Certifications Application (ORCA). ORCA is a web based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. (https://orca.bpn.gov). FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005), is hereby incorporated by reference; the following clauses are incorporated by reference as subparagraphs (u) and (v) respectively: FAR 52.217-8 Option to Extend Service (NOV 1999) and FAR 52.217-9 Option to Extend term of Contract (MAR 2000). FAR 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2006), is herby incorporated by reference; the following clauses are appropriately checked: (16) 52.222-3, Convict labor (June 2003) (E.O. 11755); (17) 52.222-19, Child labor Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (19) 52.222-16, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-39, Notification of Employee Rights Concerning payment of Union Dues or fees (Dec 2004) (E.O. 13201); (24)(i) 52.2250, Combating Trafficking in Persons (Aug 2003) (Applies to all contracts); (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (36) 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332); and (39) 52.239-1, Privacy or security Safeguards (Aug 1996) (5 U.S.C. 552a). ATTENTION: The following notice is provided for informational purposes for minority, Women-owned and Disadvantaged Business Enterprises. The Department of transportation (DOT) Short-term Lending program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cff7d665bf6c5e213cfe8092006f0d47&tab=core&_cview=1)
 
Record
SN01654255-W 20080830/080828222425-cff7d665bf6c5e213cfe8092006f0d47 (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  © 1994-2020, Loren Data Corp.