SOLICITATION NOTICE
99 -- WAAS Dual Frequency
- Notice Date
- 3/1/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-47 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 10472
- Response Due
- 3/29/2011
- Archive Date
- 4/13/2011
- Point of Contact
- Joyce EdwardsWilliams, 202-267-9781
- E-Mail Address
-
joyce.edwards-williams@faa.gov
(joyce.edwards-williams@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought Market Survey posted in accordance with the Federal Aviation Administration (FAA) Acquisition Management Policy (AMS) 3.2.1.2.1. This is not a Screening Information Request or Request for Proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. This notice shall not be construed as a commitment by the FAA to issue a solicitation or ultimately award a contract, nor does it restrict the FAA to a particular acquisition approach. Responses to this market survey are for informational purposes only and submissions are made on a voluntary basis. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of submissions in response to this market survey or the FAA's use of such information. Responses to this Market Survey may factor into the development of an acquisition strategy and a future request for proposal. The government has identified the principal North American Industry Classification System (NAICS) code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical system and Instrument Manufacturing. The Wide Area Augmentation System (WAAS) is a mission critical, Safety of Life (SoL) navigation system within the FAA's National Airspace System (NAS). WAAS provides LNAV, LNAV/VNAV, LPV, and LPV-200 levels of navigation services. The WAAS currently uses Global Position System (GPS) L1 C/A and L2 P(Y) semi-codeless signals. The United States Government Federal Register Notice that DOD support of GPS L2 codeless/semi-codeless capability will likely be ended in 2020. The FAA intends to replace the use of L2 P(Y) semi-codeless with the use of the GPS L5 civil signal under the WAAS Phase IV - Dual Frequency Operation. In addition to the WAAS ground system transition from the use of semi-codeless L2 to the L5 civil signal under WAAS Phase IV activities, the FAA also plans to introduce a new dual frequency SBAS navigation service while retaining legacy single frequency user services. The purpose of this announcement is to assess the availability of potential sources capable of developing and deploying operational hardware and software changes necessary to complete WAAS Phase IV, Dual Frequency Operations. Interested parties must submit a Capability Statement addressing the areas itemized below. Whenever recent experience is requested, it will be limited to that experience which has occurred within the past five (5) years. Additional information regarding this requirement is contained in the documents attached with this announcement entitled "Additional Dual Frequency Descriptive Information" and "HMI analysis for Dual Frequency WAAS". Interest parties must submit a Capability Statement addressing the following: 1. A brief description of the company's business size, location and business status, ie, large, small, women-owned, etc. 2. Business Declaration Form - Interested vendors will complete the attached Business Declaration Form. Respondents must provide an indication of the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. 4. Justification for an alternate NAICS code, if applicable. 5. Does your company have experience in developing, validating and fielding software intensive modifications to an operational system comparable to WAAS? If yes, provide details outlining your specific experience in each area indicated. 6. Does your company have knowledge of, and experience with, the design, assurance and operations of satellite based augmentation systems (SBAS) or ground based augmentation systems (GBAS)? If yes, provide details outlining your specific knowledge and experience in each area indicated. 7. Has your company developed and delivered software systems in accordance with RTCA DO-178B, in particular Level B? 8. Identify the list of information required to bid on the Assurance Level B software re-hosting for this development. 9. Describe your company's recent experience with designated engineering representatives (DERs) and the FAA certification process. Identify the FAA certification authorities and projects. Identify DERs on staff or use as outside resources. If outsourced, provide the names of the DERs you have used, and the projects they supported. 10. Does your company have demonstrated experience in the application of GPS to aviation? If yes, provide details outlining your specific experience in the area indicated. 11. Has your company participated in the development and/or application of RTCA-DO-229 Minimum Operational Performance Standards for Global Positioning System/Wide Area Augmentation System Airborne Equipment? If yes, provide details of your experience. 12. Has your company developed and conducted a System Safety Program designed to comply with the FAA's SMS and/or MIL-STD-882D comparable in complexity to WAAS? Specify the types of Safety Assessments and Analyses performed by your company. 13. Does your company have experience with the FAA's National Airspace System Configuration Management program and Change Control Process and/or have experience integrating your developmental configuration management processes into a customer's process? 14. Does your company have experience supporting the maintenance of a complex, geographically dispersed operational system comparable to WAAS? If yes, provide details outlining your specific experience. 15. Describe potential risks, areas of specific concern, and potential mitigation plans, where applicable, with respect to Dual Frequency capability addition and performing upgrades to the legacy software baselines. 16. Does your company have any experience taking over maintenance and upgrade of a large complex, software intensive system? If yes, provide details outlining your specific experience. Responses are limited to 50 pages excluding Business Declaration Form and SBA Certification Letter, if applicable. Capability statements must be submitted by 3 PM Eastern Daylight Savings Time on March 28, 2011 on compact disk (CD) with one (a) hard-copy to: Federal Aviation AdministrationAttn: Joyce Edwards-Williams (Room 419)800 Independence Avenue, S.W.Washington, DC 20591 Note to all respondents: All courier deliveries to the FAA building must include the address AND room number or delivery will not be made. All questions regarding this matter must be referred to the above referenced CO at Joyce.Edwards-Williams@faa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10472/listing.html)
- Record
- SN02390792-W 20110303/110301235130-cc68942d46039bd8828a4d3f41d4e072 (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 |