Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
DOCUMENT

18 -- Wide Area Augmentation System (WAAS)Program, Satellite Communication Service Providers (GEO 7) - Attachment

Notice Date
5/3/2016
 
Notice Type
Attachment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-340 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
24291
 
Response Due
6/20/2016
 
Archive Date
6/20/2016
 
Point of Contact
Samantha Williams, samantha.e.williams@faa.gov, Phone: 202-267-9653
 
E-Mail Address
Click here to email Samantha Williams
(samantha.e.williams@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey announcement. This Market Survey is being released in accordance with the Federal Aviation Administration (FAA) Acquisition Management Policy (AMS) policy 3.2.1.2.1. The responses to this Market Survey will be used for information purposes only and will not be released, except under the Freedom of Information Act (FOIA). Proprietary information will be protected if appropriately marked. This announcement is not intended to guarantee procurement of a product, and will not be construed as a commitment by the Government to enter into a contract. If the FAA decides to conduct an open competition, it may limit the competition to only those vendors who respond to this market survey. This is not a Screening Information Request (SIR) nor Request For Proposal (RFP). The FAA is neither seeking nor accepting unsolicited proposals. All parties are advised that the FAA will not pay for any information or any administrative costs associated with any response received in response to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party ™s expense. Responses to this Market Survey will be used to develop a Source List which may be used if a solicitation for this requirement is issued. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The Government has identified the principal North American Industry Classification System (NAICS code) 334511Search, Detections, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1,250. If you believe that another NAICS code can be responsive to the work specified in this market survey, include supporting justification with your alternate NAICS code. Suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. The FAA must maintain and sustain the existing Wide Area Augmentation System (WAAS) Program Satellite Communication Segment. The WAAS Program Satellite Communications Segment consists of three Geostationary Earth Orbiting (GEO) satellite systems and associated uplink and control capability. Each GEO satellite system consists of the Geostationary Uplink Subsystem (GUS) and the GEO Satellite Payload (GSP). The GUS interfaces with the WAAS system through a government furnished Signal Generator Subsystem (SGS). The GUS provides the Radio Frequency Uplink (RFU) to the GSP with the WAAS broadcast messages. The GSP converts the uplink frequency to L-band for Earth coverage re-transmission. This Market Survey seeks industry input to identify industry ™s ability to provide the desired functional capabilities for one, future GEO satellite lease requirement. Information collected will be used to validate when operational service-based operations might be available and the benefits and risks in obtaining those services. Responses to this Market Survey will be factored into investment decisions regarding the acquisition of satellite communication services. You are invited to submit documentation addressing the following items: 1.Does your company expect to have a GEO satellite in an orbital location between 85 to 137 degrees West longitude by 2019-2021 which can support the WAAS GEO specification for a period of at least 10 years? 1.1Identify the orbital locations for the candidate satellite(s). Note you may submit multiple GEO opportunities available even though this Market Survey only covers one future FAA lease requirement. 1.2Identify satellite operator, satellite/payload builder and the state of development in context of the development cycle for any candidate satellites. Please provide any written letter from satellite operator indicating its intent to build the satellite (e.g. board approval of business case and authorization to secure satellite builder), if available. 1.3Identify space and power availability on candidate satellites for adding an L-band navigation transponder payload (Global Positioning System (GPS) L-band frequencies L1 & L5) with signal conversion from the planned uplink frequency. Historical transponder uplink has been C-band with onboard C-to L-band conversion. Use of uplink frequencies other than C-band uplink frequency could be acceptable provided they meet equivalent downlink L-Band performance. The use of L-band for the transponder payload will remain. 1.4Identify the End-Of-Life (EOL) projection(s) for candidate satellites currently planned (or already in-orbit, if applicable), and the associated satellite restoration philosophy. 1.5Identify if this satellite will replace an existing on-orbit satellite or if it is going to a new orbital location. 1.6Identify assurances or conditions associated with keeping the satellite/transponder available for FAA use for the full duration of a 10-year lease term in the assigned orbital arc. 2.Describe the experience your company has on the architecture, design, construction, testing, launch, In-Orbit-Test (IOT), and integration of satellite communications systems. 3.Describe the experience your company has on specialized L-band transponders (preferably C-band uplink), including but not limited to: 3.1Experience in architecture definition and design of L-band transponders; 3.2Experience in design, construction and payload integration of L-band antennas; 3.3Experience with onboard payload hosting; and 3.4Experience with the signal fidelity aspects associated with navigation quality ranging signal generation. 4.If your company designs, constructs and/or operates GUS, 4.1Describe GUS site implemented; to include location(s) and satellite(s) used; and 4.2Describe how implementation was accomplished (in-house or via contractors). 4.3Propose GUS sites for any candidate satellite along with the high level design approach for each site. 5.Would your company consider making capital investments for the design, construction, integration, and launch of specialized L-band transponders which will be utilized for navigation quality ranging signals? If so, what would be the percentage investment relative to the total navigation transponder cost? 5.1Describe available discounts for specialized L-band transponder services on a ten-year commitment with the US Government. 5.2Identify NRE items approach. 5.3Provide suggestions for contract-type approach. 6.Identify the payload development contract award date necessary to support your candidate satellite ™s expected on-orbit operations. 6.1Define and state any technical, performance, cost, schedule, benefits, and risk as it pertains to the lease or the purchase of equipment. 6.2Define your Risk Mitigation approach for assuring the payload would meet the FAA ™s WAAS GEO requirements. All information provided in response to this request is subject to release under the FOIA. Therefore, please clearly and properly mark all documentation you consider proprietary. All information not identified as proprietary will be used at the FAA ™s discretion and may be publicly released without further review. The FAA may provide you an opportunity to discuss your response in person. Please indicate as part of your response to this Market Survey if you would like to schedule such a one-on-one session to discuss your input. Please also identify your preferred times and dates for your session. The FAA may choose to accommodate all or none of the requested sessions depending on the demand for these sessions and whether or not they can be accommodated within a reasonable amount of time. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. In order to make this determination the FAA requires the following from interested vendors: 1.Capability Statement - This document should identify: Type of services provided by your firm. Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance). Number of years in business 2.Geographical areas where your company can provide services. 3.Expected programmatic approach (in-house, teaming, subcontracting, etc.) Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 4. See attached Business Declaration Form to be returned with submittal. Interested parties must submit a response by 2PM Eastern Daylight Time, June 20, 2016. All responses should be in English. The response should not be greater than 10 pages. Responses must be delivered by email to Contracting Officer: Samantha.E.Williams@faa.gov. A confirmation email will be returned. Contact the Contracting Officer by phone if a confirmation email is not received. All costs associated with the preparation and submissions of responses are the responsibility of the responding sources. The FAA will not reimburse any costs associated with this Market Survey. Please direct any requests for clarification regarding this Market Survey to Samantha E. Williams, Contracting Officer. Phone number (202) 267-9653. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/24291 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/24291/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/64827)
Link: https://faaco.faa.gov/index.cfm/attachment/download/64827

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04103619-W 20160505/160503234824-c62fecd2bd3e54928281e78b08b80263 (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.