Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1995 PSA#1485

Federal Aviation Administration, 800 Independence Avenue, S.W., Washington, D.C. 20591, ASU-320

58 -- AIR TRAFFIC CONTROL BEACON INTERROGATOR (ATCBI) REPLACEMENT POC Contracting Officer, William P. Spear, 202-267-7817 The Federal Aviation Administration (FAA) Surveillance and Weather Integrated Product Team (IPT) for Secondary Surveillance Radar (AND-450) has a current requirement for an Air Traffic Control Beacon Interrogator (ATCBI) Replacement. The ATCBI Replacement Program will consist of the procurement of approximately 200 Non-Developmental Item (NDI) Monopulse Secondary Surveillance Radars (MSSRs) to replace ATCBI-4/5 SSR's in the FAA inventory. We anticipate that this procurement will consist of two phases, with a separate contract(s) awarded for each phase. Phase I is approximately 8 months in duration commencing January 1998. This phase includes a pre-established fixed price contract with selected offerors to furnish their NDI MSSR to the FAA Technical Center (FAATC) and provide technical support for system performance testing. This system performance testing is to be accomplished by the FAATC in conjunction with the respective Contractor to validate the Contractor's NDI MSSR system specification performance requirements and determine interface complexity between the MSSR and other National Airspace System (NAS) critical elements. The FAA will include an MSSR System Requirement Document (SRD), detailing critical system performance and interface requirements, as a part of the Phase I procurement package. This MSSR SRD forms the base requirements for the Contractor's MSSR system specification, which will also be procured as a part of Phase I competition with unlimited rights to data. We anticipate an award of two (2) or more Phase I contracts. Phase I participating Contractors are to receive feedback from the performance testing.Phase II consists of production, installation, logistics support, technical enhancements, special studies and interface development. Phase II contract award is estimated to occur by January 2000. The competition for this phase may be restricted to the Phase I participants. In any event, we anticipate utilizing the Phase I test results in the Phase II procurement. The Phase II manufacturing, test, and supportability effort is to be firm-fixed price. The site preparation, installation, special studies, technical enhancements, and any secific MSSR system interface limited-development required for NAS integration, is to be on a cost reimbursable basis with award fee features being considered. We anticipate awarding Phase II to a single Contractor.In order to facilitate the development of this procurement, it is requested that any interested parties comment on the acquisition strategy described above within the next fourteen (14) days. Interested parties are also urged to submit a contractor information package to the FAA for further consideration within thirty (30) days following the publication of this notice. This contractor information package should include a summary of the perspective bidders corporate and personnel experience highlighting any direct FAA experience; a summary of the offeror's NDI MSSR system performance and supportability capabilities highlighting both current and future capabilities (include the identification of the appropriate time frame for all future capabilities); and a discussion of the risk areas, as applicable, for both the Contractor and the FAA, associated with this pending procurement.This announcement solicits industry comments regarding, and sources for, an intended FAA procurement. Request for Proposal (RFP) packages or specifications are not available at this time; nor, is this announcement any commitment that a contract shall be awarded. The Government will not pay for the information packages requested by this announcement. Interested parties are alerted that the information packages must not include any proprietary datum since the submittals may be used in structuring the Phase I RFP. (0339)

Loren Data Corp. http://www.ld.com (SYN# 0240 19951206\58-0010.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page