SOLICITATION NOTICE
99 -- Independent Verification and Validation (IV&V) Operational Support and Analysis effort for the FAA's Terminal Automation Group (ATO-T).
- Notice Date
- 1/8/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 7411
- Response Due
- 1/16/2009
- Archive Date
- 1/31/2009
- Point of Contact
- Steve Manley, 202-385-8676<br />
- Small Business Set-Aside
- N/A
- Description
- The purpose of this market survey is to assess industry capability for Terminal Automation System Independent Verification and Validation (IV&V) Operational Support and Analysis effort for the FAA's Terminal Automation Group (ATO-T). The effort is a continuation of work currently being performed by a small business. At this time, the acquisition strategy has not been determined. The results of this survey will be used to determine if the requirement should be set aside for competition between small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) code for this effort has been identified as "541512 Computer Systems Design Services" with a size standard of $25M or less of gross annual receipts over the past year. FAA will consider vendor suggestions for use of other NAICS codes consistent with the areas of effort described herein. FAA will also consider prime subcontractor relationships as long as the Small Business criteria are adhered to. The requirement is for Independent Verification and Validation Operational Support and Analysis for the FAA Standard Terminal Automation Replacement System (STARS)and the Common Automated Radar Tracking System (CARTS). Raytheon Company is the STARS prime contractor. Lockheed Martin is the CARTS Prime Contractor. These systems collect information from radar (multilateration and ADS-B currently being considered as added sensors), weather sensors, and flight plan information for each aircraft. Each system integrates the collected data into graphical and textual presentations used by air traffic controllers to safely and efficiently direct aircraft in the Terminal Service Areas. These systems are currently operational nationwide at Terminal Radar Approach Control Facilities and Air Traffic Control Towers. The systems undergo evolutionary and complex software development, often including new and improved functionalities including those for alerts and safety. The FAA has a continuing need for IV&V to ensure that system software evolution continues to decrease the accident risk, the number of incidents, and reduce traffic delays while allowing for inclusion of future software enhancements that meet the challenges of growth and change. The FAA is requesting that potential vendors provide appropriate responses of no more than 25 pages to the following FAA areas of interest: 1.Generalized Knowledge C++, ANSI C, and Linnux capabilities.Familiarity with Sun Workstation Platforms, Motorola Power PCs, and other PC models. Experience with fusion of multiple sensor inputs into a single display. Experience with Kalman and similar filters. Experience re-hosting software on test bed platforms.Experience which directly relates to the effort set forth in this announcement with sufficient narrative description. 2.Knowledge of Trackers and Tracker Registration related to surveillance sensors and systems similar STARS and ARTS: Overall experience with surveillance sensors and trackers. Development and analysis capability related to tracker algorithms. Experience with reconciling position reports with position truth.Experience with dynamic bias correctionKnowledge of registration function and thoughts on potential for automating the function. Experience or thoughts on the affect of high performance targets on the correlator and altitude tracker. Knowledge and experience with extrapolation errors and conversion to stereographic plane. 3.Analysis experience in the following areas: Cost and benefits analysis.Processing power and load analysis.Analysis of Fusion tradeoffsAnalysis of filtering schemes. Analysis of Integration of multiple sensors 4.Test Capability.Vendor capability for independent analysis/development of test tools to validate tracking algorithms and system performance. 5.Statistical Analysis Experience in analysis of live data recordings (DRF Tapes) to construct a baseline performance measure. 6.Company Resources:Subject matter expert(s) and length of experience in surveillance or air traffic control systems. Personnel experience and length of experience in analysis and assessment of design, development, and implementation of Air Traffic control safety functions software. Potential Program Director(s) knowledgeable in air traffic control system issues, tracking and safety. Vendors responding to this survey must meet the following criteria: 1.Be a Certified Small Business in accordance with NAICS Code 541512, or a suggested code consistent with the areas of interest described above.2.Must not have a relationship between prime contractors Lockheed Martin or Raytheon Corporation during the last 10 years with regard to Air Traffic Control software, hardware, or support. 3.Must not have an existing financial or contractual relationship between prime contractors Lockheed Martin or Raytheon Corporation. The responses to this survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Any cost associated with a market survey submission is solely at the interested vendor's expense. Proprietary information in the response should be marked as proprietary. Responses to this market survey are to be submitted to the following address no later than COB January 21, 2009. U.S. Mail Address: U.S Federal Aviation AdministrationATTN: Samantha Williams, AJA-46800 Independence Avenue, S.W. Washington, D.C. 20591 Hand delivery/Federal Express Delivery: (Preferred delivery method) U.S. Federal Aviation AdministrationATTN: Samantha Williams, Room 4W31HS600 Independence Avenue, S.W.Washington, D.C. 20591 All communications and questions shall be directed to Ms. Samantha Williams at 202-385-6156 or Samantha.E.Williams@faa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a6baedd13ef6122729dd61809001c88d&tab=core&_cview=1)
- Record
- SN01729458-W 20090110/090108220006-a6baedd13ef6122729dd61809001c88d (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 |