Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

17 -- Deployable Ground Approach Control (GCA) Air Traffic Control (ATC) system

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-12-12-17-RFI
 
Archive Date
2/10/2018
 
Point of Contact
Mr. Andrew Pankow, , Richard Williams,
 
E-Mail Address
andrew.pankow@us.af.mil, Richard.williams.66@us.af.mil
(andrew.pankow@us.af.mil, Richard.williams.66@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction The deployable Ground Approach Control (GCA) Air Traffic Control (ATC) system is envisioned to be a mobilized, towed or vehicle transported self-contained unit that is an integral part of ATC by providing surveillance and precision approach capability for controllers to see the air picture for sequencing, separating, launching and recovery of joint, coalition and civil aircraft. The system will support the Combat Air Forces (CAF) Deployable Air Traffic Control and Landing Systems (D-ATCALS) Enabling Concept's employment vision and c a p ab i l ities r e q u i r e d t o p ro v ide effective ATC and collaborative Command and Control (C2) to support airfield operations in an assigned theater. The current planning strategy is to purchase at a minimum three systems to be distributed throughout US Air Forces Europe and Africa. Disclaimer This is a Request for Information (RFI) only, which as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This RFI is issued solely for information and planning purposes to obtain information related to general programmatic topics, price, delivery, product line capabilities analyses, and demographic/other market information. This is not a solicitation/Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation and no contract shall be resultant from this synopsis. AFMC AFLCMC/HBAB will not pay respondents for information provided in response to this RFI. Responses will be treated as information only and will not be used as a proposal. Any information provided by industry to the Government, as a result of this RFI, is strictly voluntarily. Purpose The Air Traffic Control & Landing Systems (ATCALS) program office located at Hanscom AFB MA is requesting information from industry to assist in the planning for the acquisition of a deployable Ground Control Approach system. The Government is considering a minimum of three commercial off-the-shelf, highly-mobile Ground Control Approach system for support of Air Traffic Control Operations in Europe and Africa. The system must include generators, environmental control unit, hardware/software and ancillary equipment to conduct ATC operations and to effectively maintain a high operational availability. In addition, the Government has specific requirements outlined below as to the capabilities of the system. Desired Capabilities 1. General Capabilities a. ICAO certified for ATC operations b. Successfully pass an FAA/ICAO Flight Inspection (as an Airport Surveillance Radar and precision approach system) 2. Transportation Requirements a. Equipment set-up must be within 8 hrs by no more than four personnel b. Transportable by no more than 2 C-130Js (1 C-130 is preferred) c. Road mobile/transportable (at least Type 4) by no more than three Family of Medium Tactical 5-ton Vehicles 3. Equipment Specifics a. Minimum of 30 NM primary surveillance radar (PSR) coverage b. Must have secondary surveillance radar coverage (Mode 3A/C) c. Must be Mode 5 capable d. Must have a precision approach capability e. Must have a minimum of three ATC positions (e.g. radar display) f. Must have radio and communication/suite interface for the three positions g. Each ATC position must be UHF/VHF (and able to monitor UHF/VHF Guard frequencies) capable h. Must be able to expand to multiple ATC positions (with additional equipment) i. The primary radar must have a proven probability of detection at 80% or higher j. Equipment scalability and Integration capabilities are desired k. ASTERIX data output l. Backup PSR transmitter or redundancy in system is desired M. Backup power (e.g. UPS) is desired 4. Maintenance Capabilities a. Must have operator and maintenance technical data provided b. Requires no more than four maintenance personnel to maintain c. High Mean Time Between Failures (MBTF) is desired d. Low Mean Time to Repair (MTTR) is desired e. Long term sustainment and supportability is required f. Maintenance training course is required 5. Delivery and Support a. Must be able to deliver fully operational system within 12 months of contract date b. Worldwide contract logistics support is highly desired c. Identify size, weight and power constraints including any unique requirements to support a rapid deployment in potentially austere climate conditions d. How many aircraft can be supported at one time? How many aircraft can be supported on the precision approach? 6. Procurement, Schedule and Cost a. Are systems meeting the capabilities delineated above currently fielded (Y/N?); if not, what is your estimated schedule to complete development and/or any modifications in order to a deliver fully operational system within 12 months of contract date b. Are there any initial costs associated with non-recurring engineering (NRE) required to meet system capabilities (Y/N?); if so, what is your estimated cost for the NRE c. What is your estimated unit production cost, production capacity, and delivery schedule in terms of when a system can be delivered after contract award date d. Identify any contractual vehicles available for potential use by this Agency to procure systems; include contract number, period of performance and point of contact Submission Instructions •1. Request vendors provide potential system solutions which vendors believe fit the above goal criteria. •2. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar government contracts within the past 5 years. •a. Describe your capability to manufacture deployable Ground Approach Control Air Traffic Control systems or equipment to produce these capabilities, including whether or not you have a current production line for the system. Description should include time to manufacture a system from order date to delivery. Description of capabilities may include your experience developing and fielding other tactical communications systems. •b. Describe your capability to develop and conduct a deployable Ground Approach Control Air Traffic Control operator and maintenance training course. Training may be conducted at both CONUS and OCONUS sites. Please provide your response electronically on no more than twenty single-sided, single-spaced letter sized pages using 12-point, Times New Roman font, and minimum one-inch margins, in Microsoft® Word or compatible format. Responses to this RFI are requested by close of business on 26 January 2018. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be e-mailed to: Questions concerning this RFI should be directed to Mr. Andrew Pankow via email (andrew.pankow@us.af.mil); Contracting Officer is Mr. Richard Williams via email (richard.williams.66@us.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f794cc34ad93292ac602b14555172f1f)
 
Place of Performance
Address: hanscom AFB< MA, Hanscom AFB, Massachusetts, 01730, United States
Zip Code: 01730
 
Record
SN04764434-W 20171214/171212231210-f794cc34ad93292ac602b14555172f1f (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.