SOURCES SOUGHT
R -- Joint Base Lewis-McChord (JBLM) Wide Area Multilateration (WAM) System
- Notice Date
- 8/1/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-13-JBLMWAM
- Response Due
- 8/15/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Sherry Alexander, 407-384-3586
- E-Mail Address
-
PEO STRI Acquisition Center
(sherry.alexander@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Program Manager for Instrumentation, Targets and Threat Simulators (PM ITTS), Instrumentation Management Office (IMO), has a requirement to provide Joint Base Lewis-McChord (JBLM) Range Support and Gray Army Airfield (GAAF) Airspace Information Center (AIC) real-time displays of cooperative aircraft position, altitude, discrete transponder code, speed, and bearing while the aircraft are operating at low altitude in the JBLM Tactical Terrain Flight Training Area (TTFTA), as defined in the attached DRAFT Performance Work Statement (PWS). The Government has determined a Wide Area Multilateration (WAM) system meets these operational requirements. The JBLM TTFTA is sub-divided into three major training areas, referred to herein as the X-Ray, Yankee, and Zulu Aviation Training Areas (ATAs). Due to terrain obscuring existing RADAR signals, these RADAR feeds do not identify aircraft operating below approximately 500 feet Above Ground Level (AGL). The altitudes routinely flown by JBLM aircraft operating within the TTFTA are from the surface to 300 feet AGL. A WAM system overcomes the RADAR limitation of terrain obscuration by utilizing a network of aircraft surveillance sensors installed within and in the vicinity of the area in which surveillance coverage is required. The JBLM WAM surveillance system will provide aircraft surveillance coverage of airspace within the X-Ray, Yankee, and Zulu ATAs. The JBLM WAM system will consist of interrogator/receiver remote units, receiver only remote units, target processor(s), remote control and monitoring display terminal, external communications ports, and aircraft target displays at both JBLM Range Support and GAAF AIC. Subsequent to the initial stand-alone installation and deployment, the U.S. Army intends to integrate the JBLM WAM system into the existing GAAF Standard Terminal Automation Replacement System (STARS) air traffic management system located within the AIC. The WAM system must be fielded to JBLM within 12 months of contract award. The system must comply with applicable STARS interface specifications to facilitate integration with STARS as part of a follow-on planned product improvement project. The Government expects to procure a quote mark turn-key quote mark system which requires little or no Government Furnished Equipment (GFE) such as communications links or remote power sources, e.g. generators. The Government expects to operate, but not maintain and repair the JBLM WAM system for 24 months after deployment. The prime contractor must have relevant experience in installation and deployment of WAM systems deployed for surveillance of aviation platforms flying nap of the earth missions in the United States National Air Space. See attached DRAFT Performance Work Statement for more detailed information on the requirements of this effort. In addition, JBLM Aviation Training Area slides are provided for information purposes. These slides provide the JBLM TTFTA WAM desired coverage and landing areas. This Sources Sought Notice is being issued to determine industry capabilities and identify potential sources for the procurement of a WAM system to satisfy the requirements documented herein. The Government anticipates a Firm-Fixed-Price contract for this effort. The NAICS designation for this acquisition is 541330 - Engineering Services. The Government requests that you provide your expression of interest by completing and submitting the attached Sources Sought Questionnaire. Respondents are asked to submit replies no later than 3:30 PM Eastern Daylight Time (EDT) on August 15, 2013 by email to sherry.alexander@us.army.mil with a courtesy copy to Mr. William E. Blakeley, Jr. (william.blakeley@us.army.mil). This action does not constitute a solicitation or Request for Proposal and is not a commitment by the U.S. Government to procure the subject products, services or information. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. Respondents are solely responsible for all expenses associated with responding to this notice. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. This information is for program planning and acquisition strategy development.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-JBLMWAM/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03135666-W 20130803/130802001006-936262295a5d0657516d70611918f894 (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 |