Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOURCES SOUGHT

99 -- Airport Surface Surveillance Capability (ASSC)

Notice Date
12/15/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-461 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10268
 
Response Due
2/1/2011
 
Archive Date
2/16/2011
 
Point of Contact
Robert Valdes, (202) 385-6157
 
E-Mail Address
robert.valdes@faa.gov
(robert.valdes@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Airport Surface Surveillance Capability (ASSC) Request for Offer (RFO)Public Announcement The Federal Aviation Administration (FAA) plans to award a contract for the procurement of an ASSC system. The following is a summary of the ASSC requirement as previously communicated by the Government via previous public announcements posted in the Federal Aviation Administration Contract Opportunities (FAACO) website: The Airport Surface Surveillance Capability (ASSC) is the proposed acquisition for the FAA ATO organization and supports the objectives of the Next Generation Air Transportation System (NextGen). The ASSC establishes the requirement to integrate a cooperative airport ground domain surveillance system by leveraging Automatic Dependent Surveillance Broadcast (ADS-B) technology within the architecture of the ASSC. Among its benefits, aircraft will be able to fly at reduced separation while maintaining current levels of safety when using ADS-B. Thus ASSC, coupled with ASD-B, will improve safety, operational efficiency, and situational awareness at FAA airports Under this procurement, nine (9) Airport Surface Detection Equipment-Model 3 (ASDE-3) systems will be replaced with ASSC. 1.San Francisco International (SFO) Airport (Key Site w/First Article requirements)2.Cleveland/Hopkins International (CLE) Airport (Key Site)3.Andrews Air Force Base (ADW)4.Anchorage International (ANC) Airport 5.Cincinnati/Northern Kentucky International (CVG) Airport6.Kansas City International (MCI) Airport7.New Orleans International (MSY) Airport8.Portland International (PDX) Airport9.Pittsburgh International (PIT) Airport An Option requirement for one (1) to eight (8) ASSC systems may be exercised as part of the anticipated contract award. The anticipated contract award comprises all system requirement components necessary to integrate and implement the ASSC system as part of the National Airspace System (NAS) including: system development, integration, test, and acceptance of a First Article (pre-production) system, delivery of production systems, training, logistics, and engineering support. The FAA anticipates awarding a three (3) year contract for the ASSC First Article and production systems. As noted above, an Option requirement may be exercised for additional systems with a period of performance of up to 18 months. The ASSC RFO has been included as an attachment to this posting. Offerors interested in being considered for this anticipated contract award are hereby directed to the proposal submission requirements defined by the attached ASSC RFO. The following information applies to the time, date, place and submission of proposals: 1. TIME AND DATE: Proposals must be received by the Contracting Officer at the location identified below no later than 3:00pm EST on February 1, 2011 Proposals are valid for a period of 120 days after receipt of offer. 2. MAILING/DELIVERY ADDRESS: Proposals shall be mailed, hand-carried or delivered by courier or Express Mail to the Contracting Officer at the following address: Federal Aviation Administration ATTN: Robert Valdes, Contracting Officer, AJA-46 600 Independence Avenue, S.W., Fourth Floor, 4W41JS Washington, D.C. 20591 202-385-6157 3. HARD COPY & ELECTRONIC COPIES: In accordance with Section L 4. QUESTIONS: Any questions or clarifications concerning any aspect of the RFO shall be prepared in writing and submitted to the Contracting Officer. Questions must make reference to the applicable section and paragraph of the RFO. Offerors' questions and the responses by the Government may form the basis of an amendment to the RFO. The Contracting Officer will establish common cutoff dates for any and all resulting Offeror revision. Only written questions may be submitted at the following email address: robert.valdes@faa.gov. Written questions must be submitted via email to the Contracting Officer no later than 3:00 p.m. EST on January 17, 2011. No questions will be accepted after this deadline. 5. SIGNED ORIGINALS: One copy of the proposal shall contain the signed original of all documents requiring signature by the Offeror. Use of reproductions of signed originals is authorized for all other copies of the proposal. 6. PROPOSAL SUBMISSION: Offerors assume full responsibility for ensuring that proposals are received at the place and by the date and time specified above. All interested parties are advised that the FAA will not pay for any information or costs incurred which are associated with any response received from this RFO. Therefore, any costs associated with RFO submissions will be solely at the interested party's expense.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10268/listing.html)
 
Record
SN02344303-W 20101217/101215233907-b8042f5fa2717c693c0e373bc44a1806 (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.