Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2017 FBO #5691
SOURCES SOUGHT

66 -- Air Traffic Control Advanced Research Simulator (ATCARS) Tower Simulation Replacement for AMEN II

Notice Date
6/21/2017
 
Notice Type
Synopsis
 
NAICS
488111 — Air Traffic Control
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
20591
 
Solicitation Number
DTFAAC-17-R-00041
 
Response Due
7/12/2017
 
Archive Date
7/12/2017
 
Point of Contact
Stephanie Riddle, stephanie.riddle@faa.gov, Phone: 405-954-7805
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT BEST VIEWED/DOWNLOADED FROM FAA CONTRACT OPPORTUNITIES WEB SITE, HTTPS://FAACO.FAA.GOV, KEYWORD: 17-R-00041. The Federal Aviation Administration (FAA) has a requirement for a high fidelity air traffic control (ATC) tower simulator at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. All work shall be accomplished in accordance to the Statement of Work. The Air Traffic Control Advanced Research Simulator (ATCARS) Laboratory at the Federal Aviation Administration (FAA) Civil Aerospace Medical Institute (CAMI) was created to support safety-related, Air Traffic Control (ATC) human factors research. Many ATC human factors questions can most effectively be investigated through the use of simulators that provide, in a tightly controlled lab environment, a high fidelity representation of the tasks air traffic controllers must perform. While air traffic controller participants in these human factors studies control simulated air traffic, researchers collect the data needed to answer the research questions of the day. The ATCARS Laboratory must be equipped with high fidelity simulators capable of representing the tasks of all types of air traffic controllers including Air Traffic Control Tower (ATCT) specialists. Although the lab currently has high fidelity simulations of the Enroute and TRACON controller tasks, it currently is only able to provide a medium fidelity representation of the tasks of the ATCT specialists. This is accomplished through the use of our Tower Simulation-Based Performance Measure (TSBPM). Since acquiring this tower simulator eight years ago, ATCT tasks themselves as well as the research questions associated with them have evolved. The ATCARS laboratory and its simulators are used to conduct research that support the delivery of benefits through technology and infrastructure and support empowering and innovating with the FAA s people. The simulation research provides information requirements and usability evaluations for proposed technologies and procedures. It also informs the development and assesses the validity of specialized workforce training techniques. Recent research gaps that we are not currently able to fill include the collection of out the window information requirements for remote towers, and a study to identify if experienced tower controllers use a consistent visual scanning pattern and if controller trainees can be trained to use that pattern. Obtaining a replacement for the current tower simulation equipment will allow the NAS Human Factors Safety Research Laboratory at CAMI to undertake additional research projects for FAA s Safety Services Group (AJI) and Human Factors Division (ANG) research sponsors. The original TSBPM was developed for a specific purpose, which prevented it from being applied to very many new research requirements as they arose. In addition, the non-commercial nature of the device, which required extensive effort to develop airspace for new airports and simulated ATC situations for experimental scenarios, prevented research personnel from being able to respond quickly to research requirements as they arose. The solution of acquiring a new tower cab simulator as a replacement for the current system will allow CAMI to accept many more opportunities for conducting ATC research in the tower environment and will allow us to explore many more human factors research issues related to the use of new procedures and technologies. It is anticipated that a firm-fixed-price type contract will be awarded as a result of this solicitation. Your attention is directed to Sections L and M of SIR/RFO DTFAAC-17-R-00041 for instructions for preparation and submission of proposals. The SIR includes an evaluation of past performance. Offerors are required to provide Past Performance Surveys to customers/contractors who are familiar with the work ethic, standards, performance, and deliverables of the prime/general contractor demonstrated through previous or ongoing contracts of a similar nature [Provision L.3(f)(1).] Offerors will complete Page 1 and Page 2, Section A of the Past Performance Surveys and then provide the surveys to their customers, who will in turn complete and return the surveys directly to the Contracting Officer by the due date specified on the surveys. Three (3) to five (5) Past Performance Surveys must be submitted directly to the Contracting Officer. Surveys received after the established due date may not be evaluated. This requirement is 100% set-aside for competition among Small Businesses. The NAICS code applicable to this requirement is 488111 Air Traffic Control Services. The business size standard for this NAICS is $32.5 million. ALL QUESTIONS REGARDING THIS REQUIREMENT MUST BE RECEIVED IN WRITING (STEPHANIE.RIDDLE@FAA.GOV) NO LATER THAN 10:00 A.M. CT ON JUNE 28, 2017, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (July 12, 2017). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Proposals must be received electronically by the FAA Contract Specialist, stephanie.riddle@faa.gov, no later than 2:00 p.m. CT, July 12, 2017. Proposals shall be submitted by the due date and time to the following address: FAA Customer Service Desk (AAQ-700) Room 313, Multi-Purpose Building 6500 South MacArthur Boulevard (Zip 73169) P.O. Box 25082 Oklahoma City, OK 73125-4933 All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CT, July 12, 2017, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contract Specialist, Stephanie Riddle, stephanie.riddle@faa.gov. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." 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/27597 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-17-R-00041/listing.html)
 
Record
SN04552307-F 20170623/170621234229 (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.