Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2010 FBO #3028
SOLICITATION NOTICE

99 -- Aeronautical Mobile Communications Services (AMCS)

Notice Date
3/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-462 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-10-R-00020
 
Response Due
3/31/2010
 
Archive Date
4/15/2010
 
Point of Contact
Osita Umeh, (202) 385-8449
 
E-Mail Address
osita.umeh@faa.gov
(osita.umeh@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This public announcement is being issued in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Section 3.2.2.4. This is not a solicitation announcement. The purpose of this market survey is to solicit statements of interest and capabilities from businesses capable of providing Aeronautical Mobile Communications Services (AMCS); a service that is presently provided by ARINC under contract DTFAWA-05-D-00020. The principle North American Industry Classification System (NAICS) code for this effort is 541330, "Other Engineering Services", with a size standard of $100,000,000. The current AMCS contract will expire on September 30, 2010. The FAA has an ongoing requirement for AMCS services and is planning to award a new contract for a term of up to six (6) years, from October 1, 2010 through September 30, 2016. The contract type for this procurement is a Firm Fixed Price (FFP) except for Engineering Services Task orders which are time and material (T&M). The requirements will call for supplies and services to be performed in accordance with the attached draft Statement of Work (SOW) dated, February 25, 2010. Engineering and Technical Support Services task orders will include support of other technical interfaces associated with ATO-E Oceanic Operational Systems. This effort is to include supporting technical upgrades or refreshes, network expansion, system testing, updates to message formats, and operational changes related to AMCS. The Contractor must provide qualified technical and engineering personnel for these services as necessary to complete assigned tasks. These services must be provided on a time and material basis with the Contractor indicating any incidental hardware required to perform services not otherwise required in providing AMCS. Respondents must meet all of the following mandatory requirements (a-j) by demonstrating a minimum five (5) years of successful FAA operational experience, unless otherwise stated: a)Prior successful execution of high frequency (HF) and very high frequency (VHF) voice relay of Air Traffic Control clearances, advisories, requests and waypoint position reports for aircraft movements over oceanic airspace using the Major World Air Route Area (MWARA) network for a period of at least five (5) years during normal and emergent conditions.b)Have an existing functional network of VHF radios and antennas deployed along all coastlines of the United States that is used to communicate with aircraft, including Alaska (AK), Hawaii (HI) and Guam.c)Have an existing functional infrastructure of HF radios and antennas that provide reliable voice communications to aircraft (commercial, general aviation and military) in all areas of the Atlantic, Caribbean, and Pacific Oceans. This network must consist of multiple primary and secondary transmitter and receiver locations to ensure radio communication coverage and provide redundancy.d)Have an existing and secured redundant geographically diverse interface to the FAA National Airspace Data Interchange Network (NADIN) Packet Switched Network.e)Have the capability to accept and process data messages received from designated FAA Air Traffic Control (ATC) automation systems that comply with NAS-IC-82370001-03.f)Have the capability to provide to designated FAA ATC automation systems transcribed voice messages received from aircraft in data format that comply with NAS-IC-82370001-03.g)Have an existing network that receives Flight Management Computer (FMC) waypoint position reports from aircraft and delivers them to designated FAA ATC automation systems in a format consistent with the North Atlantic Centralized FMC Waypoint Reporting specification.h)Have an existing staff of fully trained and certified Radio Telephone Operators (Federal Communications Commission required) and support personnel who have been providing at least 2,000,000 voice relayed, International Civil Aviation Organization (ICAO) formatted messages to Oceanic aircraft per year on a 24 hour, 365 day basis from locations within the continental United States.i)Have a staff of qualified personnel capable of engineering, maintaining and servicing all program and technical requirements of the AMCS service infrastructure in order to conduct 24 hour, 365 days a year operational support for all Oceanic air traffic in United States controlled air space. j)Have technical and operational knowledge of all FAA Oceanic Systems that the HF and VHF system interface to (i.e. Advanced Technologies and Oceanic Procedures (ATOP), Flight Data Processor-2000 (FDP-2000).Interested companies are required to provide a capability summary of not more than 25 pages addressing corporate capabilities to accomplish the attached draft statement of work as well as they ability to transition seamlessly from the current service provider. The FAA will not pay for any information received or costs incurred in preparing responses to this Request for Information. All proprietary information should be marked. This request for information shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Brochures alone will not be considered sufficient documentation for demonstration of capabilities, conflict-free credentials, and unbiased status. Responses will not be returned. This is not a request for competitive proposals. No collect calls or telephone inquiries will be accepted. This is a source sought announcement. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page. It is the potential offeror's responsibility to monitor this site for the release of any solicitation.The incumbent contractor does not have to submit a capability summary to be included in consideration for contract award. However, with respect to any other potential contractor, the failure to submit the requested capability summary and other required information will result in the exclusion of such company from consideration for contract award. Inquiries relative to this announcement are to be submitted in writing either by regular mail or email, as follows: Federal Aviation Administration ATTN: Osita Umeh, Contracting Officer, AJA-462 600 Maryland Ave., SW, m/s 3E42LN Washington DC 20591 osita.umeh@faa.gov Responses must be submitted no later than 2:00PM, March 22, 2010. Attachments: Draft Statement of Work (SOW) dated, February 25, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-10-R-00020/listing.html)
 
Record
SN02085783-W 20100310/100308234626-c2b95aefae6d672f55c3b2ef88228c74 (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.