Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOLICITATION NOTICE

99 -- National Airspace System Navigation and Landing Systems Technical Support

Notice Date
6/16/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-471 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
6790
 
Response Due
7/16/2008
 
Archive Date
7/31/2008
 
Point of Contact
Chontice Wilkins, (202) 267-9653
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION, Navigation and Landing: Activities associated with the modernization, certification, operation and maintenance of the National Airspace System navigation and landing systems. The FAA requires the services of a Contractor who has academic and technical staff that are experts in the following task areas: 1.General Administration: The Contractor shall attend meetings with the Government as needed/requested and prepare any necessary reports or documentation. The Contractor will also participate, in particular, in planning activities and meetings at FAA Headquarters, at Regional Offices of Airway Facilities Offices, providing consultations and/or prospective task planning. In addition, the Contractor shall maintain and manage a Test & Evaluation Field Site and a Research & Development facility. 2.Ground Based Landing Systems: The Contractor will be tasked to perform a broad range of Instrument Landing System (ILS) performance analyses, including measurement and evaluation of ILS signal anomalies, verification of ILS standards and tolerances contained in the U.S. Standard Flight Inspection Manual, definition of ILS critical areas, ILS guidance modeling and simulation, evaluation of wide aperture localizer and non-imaging glide slopes to compensate for environmental problems, software engineering for improving ILS performance and other similarly related analysis and simulation. 3.Ground Based Navigation Systems: The Contractor shall be tasked to perform a broad range of very high frequency omni directional range (VOR), distance measuring equipment (DME), very high frequency omni directional range and tactical air navigation (VORTAC), non-directional beacon (NDB), and long range navigation (LORAN) performance analyses, including evaluation of the radiated signal quality, the measurement of radiated energy, the investigation and recommended resolution of specifically addressed anomalies, the conduct of task-addressed siting analysis, the performance of signal modeling and simulation, the software engineering for improving system performance. 4.Approach Lighting Systems: The Contractor shall be expected to provide technical support to the Government in the research, evaluation, site analysis, installation, implementation, and testing of approach lighting systems (ALS) and ALS New Technology Initiative. Also, the Contractor shall assist the Government in reviewing and evaluating draft documents, specifications, test reports and all other technical documentation regarding ALS. 5. NEXGEN and Required Navigation Performance (RNP) Transition Support: The Contractor shall conduct analysis and testing in support of the FAA's transition from ground based navigation and landing to satellite based. These tests and analysis will include technical as well as air traffic aspects of the transition. 6.Navigation and Landing Systems Support: The Contractor shall provide technical support in specifying, analyzing, testing and evaluating new technologies, capabilities and systems associated with or impacting aircraft navigation and landing. The contractor shall also provide technical assistance in the analysis, test and evaluation of Navigation and Landing support systems such as RMM, ICMS, NASE, etc. The contractor shall also provide expertise in developing new and modifying existing FAA math models that simulate various configurations of ground based navigation and landing systems. 7.Litigation Support: In support of any related litigation suits, the Contractor shall provide litigation support services and expertise as needed, including: (i) research and analysis to confirm and/or refute various theories of liability proffered by plaintiffs), (ii) advice and assistance during discovery (including preparation of technical witness for pretrial depositions) and (iii) expert testimony on behalf of the government both during pretrial discovery and at trial in the United States district courts. The Contractor shall investigate issues at FAA designated facilities concerning the operations of navigation and landing systems that could potentially make the Government vulnerable to litigation suits To accomplish some of the technical engineering task work in the task areas above, the Contractor shall have the capability to establish and maintain a Research and Development (R&D) facility (Lab) and Test and Evaluation (T&E) facility (field site) representative of actual airport operations. The R&D facilities shall be equipped to prototype and bench test new concepts, equipments, and systems. The T&E facility shall be available for installing, field testing and evaluating various navigation, landing and lighting systems during 12 months of the year. In addition to these facilities, the Contractor shall have instrumented aircraft available that are capable of detailed flight evaluations, many of which are compatible with the FAA flight inspection formats and procedures for the VOR, DME, TACAN, LORAN, ILS, and GPS guidance signals. The Federal Aviation Administration (FAA) issues this market survey seeking industry Sources for services. The purpose of this market survey is to determine if there are any responsible sources other than the incumbent, Ohio University, capable of supplying these services in a like manner. All sources shall have demonstrable, direct and recent experience and capabilities in the above areas described. It is estimated that 14000 man-hours of engineering and 3000 man-hours of technical support will be required The NAICS codes of this market survey are: 541712- Research and Development, in the Physical, Engineering, and Life Sciences with a small business size standard of 500 employees 541330- Engineering Services Responses containing only company brochures, catalogs or other type generic information will not be evaluated. For the above criteria, all experience indicated shall include relevant experience over the last three years, including a description of the work performed, the contract number, the identification of the Government or commercial agency for which the work was performed (identify all efforts performed as a subcontractor); and the name, title and telephone number of the Contracting Officer and the Contracting Officer's Technical Representative. All submissions received by the FAA will be treated as Proprietary Information unless otherwise requested by the individual submitter. Interested parties are requested to submit their response addressing each of the above numbered elements and should be limited to a total of twenty (10) pages. Inquiries and responses received within Thirty (30) days after the publication date of this notice will be considered. The FAA is not seeking or accepting unsolicited proposals and they are not desired and cannot be accepted. This announcement is not a request for proposals. The FAA shall not be liable for any costs associated with the preparation of responses to this request for information/market survey, nor reimburse or otherwise pay any costs incurred by any party responding. Electronic, telephonic and telegraphic responses will not be accepted. A determination by the Government not to open the requirements to competition based upon response to this is solely within the discretion of the Government. Respondents will not necessarily be notified of the results of the evaluation. All responses (one response per company) are to be provided on company letterhead. No type font less than 12 point may be used. Responses must be received no later than 3:00 PM Eastern Day Light Savings Time 30 days after publication of this announcement. POINT OF CONTACT: Questions and responses to this market survey must be directed and delivered to Federal Aviation AdministrationAttn: Don B. Terry, Contracting Officer, AJA-47 800 Independence Ave, SW, Room 412Washington, DC 20591Phone (202) 267-3845Email: don.terry@faa.gov The FAA prefers that all questions, submittals, including attachments, be submitted electronically to the following email address stated above. Please submit as a Microsoft Word file. If you cannot respond electronically, please send at least two hard copies by the indicated deadline. DELIVERY INSTRUCTIONS: Responses to this market survey shall be:Mailed, hand delivered or emailed (as an attachment in Adobe PDF or Microsoft Word format) to the contact listed above.Received no later than 3:00 PM Eastern Day Light Savings Time 30 days after publication of this announcement, unless it is a weekend or Federal holiday. Then the date requirement is the next regular business day for the Federal government.No longer than 10 pages in length. BUSINESS DECLARATION FORM: A blank Business Declaration Form is included as Attachment C.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07bbf5ee347b805b8ebacb4a8837c439&tab=core&_cview=1)
 
Record
SN01594437-W 20080618/080616220332-8974e0543114ca3f0240feb84d19e48b (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.