Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOURCES SOUGHT

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

Notice Date
12/16/2019 7:29:07 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8730 DIGITAL DIRECTORATE AFLCMC H HANSCOM AFB MA 01731 USA
 
ZIP Code
01731
 
Solicitation Number
FA8730-12-16-20-RFI
 
Response Due
1/30/2020 2:00:00 PM
 
Archive Date
02/14/2020
 
Point of Contact
Richard Williams
 
E-Mail Address
richard.williams.66@us.af.mil
(richard.williams.66@us.af.mil)
 
Description
Introduction.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 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 potentially 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 USAF’s emerging Agile Combat Employment concept with capabilities required to provide effective ATC and collaborative Command and Control (C2) to support airfield operations in an assigned theater. The number of systems to be procured is to be determined. 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. The Government reserves the right to utilize alternative contacting approaches, such as an Other Transactional Authority. Purpose.The purpose of this RFI is two-fold: Determine what commercial off-the-shelf, highly-mobile Ground Control Approach systems are already in production (Identify your system’s capabilities or specifications as outlined in attach A) Identify industry innovations with regard to the following: a.Decreasing size/footprint b. Reducing setup/teardown time c. Increasing lifetime of LRUs to facilitate maintenance/sustainment in the fieldDesired Capabilities.**Notice** The below capabilities are notional. Meeting or not meeting these individual desired capabilities will not increase or decrease the value of your input. General. Successfully pass an FAA and/or ICAO Flight Inspection (as an Airport Surveillance Radar and precision approach system) Transportation. a. Equipment set-up within 8 hrs by no more than four personnel b. Transportable by C-130Js (1 C-130 is preferred) c. Road mobile/transportable (identify if Type 4 or 5 if applicable) by Family of Joint Tactical Vehicles 3. Equipment Specifics. a. Primary surveillance radar (PSR) range desired 60 NM and altitudes up to 18,000’ AGL b. Secondary surveillance radar (SSR) range desired 60 NM and altitudes up to 18,000’ AGL c. SSR supports ATCRBS; Modes 3/A, C, S, 5 and ADS-B d. Precision Approach Radar azimuth/elevation detection and tracking desired ≥10 NM e. Mode 5 capable f. Precision approach capability g. Radar (scope) ATC positions (desired two, expandable to six) h. Each ATC position UHF/VHF (and able to monitor UHF/VHF Guard frequencies) capable i. Primary radar probability of detection at 80% or higher j. ASTERIX data output k. Backup PSR transmitter or redundancy in system is desired l. Backup power (e.g. UPS) is desired m. Identify whether or not the system has any/all of six (6) certifications for operations in both CONUS and OCONUS: Air Traffic Control Radar Beacon System (ATCRBS) Identification Friend or Foe (IFF) Mark XII System (AIMS); Cybersecurity; Interoperability and Supportability (I&S); National Airspace System (NAS); Spectrum; and Transportability (air, ground and sea). n. Radio secure transmit and receive capability. o. Explain/provide detail of your ATC automation/display system. p. Identify generator, environmental control unit, hardware/software, and ancillary equipment requirements.4. Maintenance Capabilities. a. Operator and maintenance technical manuals/data provided b. No more than quantity four maintenance personnel to set up and maintain desired c. Mean Time Between Critical Failure (MTBCF) 2000 hours desired d. Mean Time Between Failures (MBTF) 250 hours desired e. Mean Time to Repair (MTTR) less than 30 minutes desired f. Long term sustainment and supportability g. Maintenance training course5. Delivery and Support. a. Identify length of time from contract award to delivery of a fully operational system b. Worldwide contract logistics support is highly desired c. Identify size, weight, and power constraints including any unique requirements to support arapid deployment in potentially austere climate conditions d. Identify depot and sustainment mechanisms currently in place6. 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—to include any required government testing--within 12 months of contract date b. Identify long lead items c. 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 d. 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 e. 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 Request vendors provide potential system solutions which vendors believe fit the above goal criteria. 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 that has capacity to handle a new production program. 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. Identify any capabilities not listed that you are planning for your system 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 30 January 2020. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. Questions concerning this RFI should be directed to Ms. Sandra Frey via email (sandra.frey.1@us.af.mil);Contracting Officer is Mr. Richard Williams via email (richard.williams.66@us.af.mil)All RFI responses and correspondence related to this matter should be e-mailed to:Program Manager: Ms. Sandra Frey (sandra.frey.1@us.af.mil);Contracting Officer: Mr. Richard Williams (richard.williams.66@us.af.mil)ATTACHMENT A Other system capabilities, specifications or performanceIs the PSR Frequency Selectable?What is the PSR Range Coverage?What is the PSR Altitude/elevation Coverage? What is the PSR Target Capacity (aircraft)?What is the PSR % of Probability of Detection?What is lowest Target RCS that can be detected?What is PSR Azimuth Accuracy?What is the PSR Range Accuracy?What is the PSR Azimuth Resolution?What is the PSR Range Resolution?What SSR Modes are detected?What is the SSR Range Coverage?What is the SSR Altitude Coverage?What is the SSR Elevation Coverage? What is the SSR Target Capacity (aircraft)?What is the SSR % of Probability of Detection?What is the SSR % of Target Validation?What is the SSR Azimuth Accuracy?What is the SSR Azimuth Resolution (Same Code)?What is the SSR Range Resolution (Same Code)?What is the SSR Azimuth Resolution (Different Codes)?What is the SSR Range Resolution (Different Codes)?Is the PAR Frequency Selectable?What is the PAR Range Coverage?What is the PAR Azimuth Coverage?What is the PAR Elevation Coverage?What is the PAR % of Probability of Detection?What is the PAR Track Capacity?What is the PAR Azimuth Accuracy?What is the PAR Elevation Accuracy?What is the PAR Range Accuracy?What is the PAR Azimuth Resolution?What is the PAR Elevation Resolution?What is the PAR Range Resolution?How many PSR Weather Processing Levels?How many PSR Weather Display Levels?How many UHF and VHF Radios?How many Landlines?What types of landlines (e.g. FXO, FXS, E&M type 1, 2, 5 etc.)?How many Primary Controller Positions (radar/scope)?How many Assistant Controller Positions?How many Supervisor Controller Positions?How many Coordinator Controller Positions ?How many PAR (scope) positions?Does the system have a radio, landline, voice recorder?Is the system capable of being sling loaded for rail, ship, flatbed transportation?Is the system capable of sling (helicopter) transportationHow many C-130Js to transport the entire system including auxiliary equipment (identify auxiliary equipment)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5dea94e49d6b418c9d37584ac34412b6/view)
 
Place of Performance
Address: MA-03, MA 01731, USA
Zip Code: 01731
Country: USA
 
Record
SN05518159-F 20191218/191216230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.