Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOURCES SOUGHT

99 -- Market Surevey/National Airspace System (NAS) � Integrated Display Replacement System (IDSR) - NIDS 2nd Level Engineering Software Maintenance Support

Notice Date
4/24/2023 10:04:12 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
FAA-IDSR-MS-042423
 
Response Due
5/12/2023 1:00:00 PM
 
Point of Contact
Crystal Guthrie, Phone: 202-267-0655
 
E-Mail Address
crystal.guthrie@faa.gov
(crystal.guthrie@faa.gov)
 
Description
Introduction . The Integrated Display Replacement Systems (IDSR) is an integral part of the National Airspace System (NAS) IDSR also known as ""NIDS"".� The current NIDS software maintenance contract was awarded on August 31, 2018. The period of performance was for a 10-month base period, plus four one (1) year options. Currently, there is an on-going need to continue software maintenance, until the replacement of all information display systems are replaced with the deployment of the Enterprise Information Display System (EIDS).� The IDSR-NIDS has been deployed to 41 networks, including 943 workstations and at 100 sites.� The NIDS system provides rapid retrieval and display of a wide range of weather, operational support, and administrative information to air traffic controllers and other required users in the terminal environment.� The NIDS consolidates operational information to provide a tool to exchange information that impacts the control of air traffic. The NIDS is an integration of All Weather Inc. (AWI), owned-Flex-IDS software platform, including software developed by Advanced Installer by Caphyon Ltd., Install Builder by VMWare and�JPedal by IDR Solutions and several other open-source code software libraries. � NIDS distributes data over a network using protocols from the Transmission Control Protocol/Internet Protocol (TCP/IP) suite including, but not limited to, Transmission Control Protocol (TCP) and User Datagram Protocol (UDP).� NIDS uses custom reliability and resiliency layers on top of IP multicast to allow simultaneous delivery of time critical data with minimal bandwidth consumption. �Market Survey ObjectiveIn accordance with FAA Acquisition Management System (AMS) paragraph, 3.2.1.2.1, this market survey is to obtain necessary information to determine if adequate competition exists to conduct a competitive procurement for sustaining and enhancing the NIDS/IDSR system. �The FAA will use this market survey to identify potential candidates with software maintenance capabilities and knowledge of industry to sustain and enhance the NIDS/IDSR system. Potential vendors must demonstrate the ability to perform the tasking under IDSR Statement of Work (Attachment 1) and demonstrate their ability to access the restricted data rights source code or provide alternate solutions, knowledge, ability, and competitive pricing.� � Procurement Challenge(s) The FAA is aware of the following challenge(s) associated with maintenance of the NIDS/IDSR system.� These challenge(s) include but are not limited to:� Restricted NIDS/IDSR software data rights - The Government has restricted rights to specific All Weather Incorporated (AWI)-developed FlexIDS software including updates, upgrades, bug fixes, etc. The AWI FlexIDS software is used to collect and disseminate real-time mission-critical data to Air Traffic Controllers and other critical decision makers in the ATC environment.��� The Government has restricted rights to the FlexIDS documentation. Market Survey Requested Information This information request is a fundamental part of the market survey. Please appropriately mark any information deemed proprietary in the market survey submission. The information provided in the market survey response will only be used for internal decision and strategic planning purposes. Interested vendors must demonstrate have relevant experience, within the past five (5) years, for the same work or work similar in scope, including the number of� Subject Matter� Experts (SMEs) available and the level of knowledge and relevant experience. If any vendor believes it has the capability to satisfy this requirement, please submit a Capability Statement in accordance with the instructions below that clearly states how it will be able to satisfy this requirement. Any such response must include details regarding the following: 1.���Knowledge, experience, and familiarity with information display architecture and software development. 2.���Second-Level Maintenance activities that include Software Maintenance Process, Software Maintenance Operating Procedures, Verification and Regression (V&R) Testing Process, Change Request/Problem System Analysis Team CR/PSAT Process, CAS Maintenance Process, and Critical Thread Review Process. 3.���Experience at testing information display software in standard debug test environment. 4.���Experience in a formal test environment simulating operational terminal radar approach and control. 5.���Experience in requirements modification/development and site support. 6.���Experience in testing interfaces on information display systems. 7.���Experience in developing site-specific information display systems software test plans.� 8.���Experience identifying and documenting site-specific and national problem reports and change requests. 9. Experience in addressing security vulnerabilities, including Windows and Linux. 10.� Experience with and or demonstrated ability to work with the FAA Telecommunications Infrastructure (FTI), Transmission Control Protocol/Internet Protocol (TCP/IP), User Data Protocol (UDP), and multicast infrastructure. 11. Experience with and/or demonstrate the ability to work with current Cyber Security standards including National Institute of Standards and Technology (NIST) Special Publication 800-53, Rev. 4, Security and Privacy Controls for Information Systems; FIPS 199, Standards for Security Categorization of Federal Information and Information Systems; NIST Special Publication 800-82, Guide to Industrial Control Systems (ICS) Security; and FAA Order 1370.121, FAA Information Security and Privacy Program and Policy. 12. Describe any past efforts in which your company has assumed responsibility for maintaining a system (with system size, complexity and sustainment/enhancements requirements similar to IDSR) that was developed by another company but transitioned to your company for maintenance support after completion of initial deployment. 13. Describe how your company can sustain and enhance the IDSR system. Please take into consideration the challenge(s) listed above in this market survey and any other challenges of which you are aware. Submittal Requirements Responses must not exceed 10 pages in length.� The cover page should contain the company name, point of contact and business size.� All pages for the submission must conform to the following format:� Minimum 10 point-font, 8.5 x 11size paper, one-inch margins, single sided, no foldouts and all proprietary information should be clearly marked in the responses. Vendors must address all items (1-13) above in the Capability Statement. The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541330-Engineering Services. Delivery of Submittals Interested vendors must provide questions/responses to this market survey electronically via email to the Crystal Guthrie, Contracting Officer at Crystal.Guthrie@faa.gov. All responses must be received by the Contracting Officer, via email, no later than 4PM Eastern Time on 05/12/23.� Responses must be submitted in Microsoft Word (.docx) or a portable document file (.pdf). � � Market Survey Responses As mentioned above, the FAA is releasing this public announcement in accordance with the FAA Acquisition Management System Policy Section 3.2.1.2.1, Market Analysis.� Respondents to this Market Survey Announcement are advised of the following: This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP).� The FAA is not seeking or accepting unsolicited proposals.�Responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government.� The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and the Government will not reimburse any interested vendor for any costs incurred in responding to this public announcement.� All interested vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary markings, if any. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy.Responses will not be returned. Attachment: IDRS Section C (SOW) Market Survey
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b290e45e9e9d46f7bdab642e299c71e1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06660946-F 20230426/230424230120 (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.