Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2009 FBO #2876
SOLICITATION NOTICE

17 -- AIR TRAFFIC CONTROL TOWER EQUIPMENT IN IRAQ

Notice Date
10/7/2009
 
Notice Type
Presolicitation
 
Contracting Office
75 Vandenberg DriveBuilding 1630Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
R2267
 
Point of Contact
Pam DiMaio pamela.dimaio@hanscom.af.mil
 
E-Mail Address
E-mail the POC
(pamela.dimaio@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information Only (RFI) and is for planning purpuses only. Electronic Systems Center (ESC) is seeking information in support of market research being conducted by the United States Air Force (USAF), ESC, 653d Electronic Systems Wing/853d Electronic Systems Group Foreign Military Sales Division to assess the capability to procure, field, install, integrate and sustain Air Traffic Control (ATC) Tower equipment for Taji and Tikrit Air Bases, Iraq. This ATC Tower equipment, as defined below, is necessary to establish operational control towers at Tikrit and Taji Air Bases. All this equipment must be carefully integrated into the new towers, being constructed by the US Army Corps of Engineers, both during the tower design and construction phases. This will enable United States Government (USG) to deliver turn-key operational control towers for the Iraqi Air Force. This RFI identifies the equipment requirements necessary to provide 24 hour ATC tower support for Visual Flight Rules (VFR) and Instrument Flight Rules (IFR) operations for fixed and rotary wing aircraft at Tikrit and Taji Air Bases, Iraq. This ATC tower equipment will be capable of supporting all Iraqi Air Force inventory aircraft and a variety of coalition aircraft in all weather conditions. The ATC tower equipment will be capable of providing VFR, Special VFR, and IFR departure and IFR arrival services to fixed and rotary wing aircraft. The ATC tower display equipment will include up to six (6) ATC positions consisting of, but not limited to: one (1) Local Controller position, one (1) Flight Data position, one (1) Clearance Delivery position, one (1) Ground Controller position, (1) Supervisor of Flight position and one (1) Watch Supervisor position. The ATC tower equipment suite will include the automation system. The ATC tower equipment will be able to communicate via Very High Frequency/Ultra High Frequency (VHF/UHF) voice radio transceivers to aircraft operating within the terminal airspace and to those operating on the airfield. There will be VHF and UHF radio transceivers to support ATC operations. These radio transceivers will be connected to the cab positions via the Voice Communications Switching System (VCSS) Touch Entry Devices (TED). The VHF ca! pability must include 8.33 kHz and 25 kHz channel spacing, be operator selectable, and the UHF capability must include 25 kHz channel spacing. In addition to the radio transceivers, remote control units, antennas, cabling, and additional ancillary equipment to support communications will be provided. Additional VHF/UHF tunable radios will also be provided as an emergency backup. The ATC tower equipment will interface with its servicing radar approach control or enroute center via landline communications and automated flight data management systems. It will interface with a servicing weather station and communicate with that same weather station via landline/radio communications. It will also interface via radio/land mobile radio with vehicles that must operate on the airfield. This equipment will connect to a dedicated landline system that allows prompt notification to base agencies of aircraft emergency and accident notification. The ATC tower automation system will consist of but not limited to the following: ATC display automation processors, radar data processors, flight data processors, serial interface communications processors, a Local Area Network (LAN), data recording and playback capability, ATC software, and a VCSS. It provides the ATC tower processing capability for both ATC automation and Radar Approach Control systems and is connected directly via the LAN. The VCSS will provide the ATC Tower and Radar Approach Control system positions with voice and landline connectivity. The VCSS will include TEDs and headsets at ATC supervisor and controller positions. The following services are also required in order to ensure that ATC tower functions are maintained at an optimum level in the new control towers as defined below. All documents shall be provided in English. a. Serve as overall system integrator to ensure that an operational ATC Tower can be commissioned at both Tikrit and Taji Air Bases. b. Ensure the tower facility designs can accommodate all planned equipment, including room for future growth. c. Relocate equipment provided by FMS Case IQ-D-QAA (Taji Air Base only) from the previous control tower and certify as operational in the new tower. d. Equipment identified below may not be all inclusive. Program Office evaluation will be required to validate the equipment list. Once validated, procure, deliver, install, integrate and test all equipment. e. Extend and test existing fiber optic and communications cables from the old tower locations to the new tower locations. f. Plan and conduct an overall systems integration test for both towers. Equipment requirements for Tikrit include, but are not limited to, the following; Cab consoles to accommodate up to seven (7) ATC positions for two (2) operators, one (1) tower watch supervisor, one (1) local control, one (1) flight data, one (1) ground control and one (1) supervisor of flight position. Instrument Flight Rules (IFR) room consoles to accommodate two (2) operator positions, one (1) assist position, and one (1) supervisor position; One (1) VCCS to support twenty (20) radios, twenty (20) telephone circuit interfaces, and eleven (11) operator/supervisor positions with eleven (11) touch screen displays installed, to include seven (7) Touch Entry Display (TED) positions for the cab and four (4) TED positions for the IFR room; Three (3) sets of headsets, speakers, and footswitches to support equipment; One (1) digital voice recorder; One (1) radar interface unit and controls; Two (2) radar display positions; One (1) Global Positioning System (GPS) time antenna; Th! ree (3) VHF ATC transceiver radios; Three (3) UHF ATC transceiver radios; One (1) radio management control workstation (laptop); VHF/UHF radio antenna tower to support at least ten (10) VHF/UHF radios; Two (2) tunable backup radios with audio bypass (1 UHF/1 VHF); Two (2) VHF land mobile radio system to include one (1) transceiver base station, six (6) handheld transceiver radios, and one (1) remote control unit for the base station; One (1) UHF radio transmitter for Digital Automatic Terminal Information Service (D-ATIS) operations; One (1) D-ATIS terminal; One (1) Automated Weather Observing System (AWOS) weather system; Two (2) light signaling devices; Communications interface equipment as required; Conduit as required to extend communications circuits from the old tower location to the new tower location; Primary and secondary crash network equipment and telephones to include an activated hot line to primary crash response agencies, crash/rescue, hospital, airfield man! agement, and command posts; One (1) VSAT system and antenna; Two (2) Aeronautical Fixed Telecommunication Network (AFTN) terminals (cab and IFR room); One (1) flight strip printer; Uninterruptable Power Supply (UPS) system with battery rack and batteries for all critical tower ATC equipment; Local Area Network (LAN) switch. Equipment requirements for Taji include, but are not limited to, the following: Cab consoles to accommodate four (4) ATC positions, to include one (1) local control, one (1) watch supervisor, one (1) ground control, and one (1) flight data; One (1) Voice Communications and Control Switch (VCCS) to support twenty (20) radio interfaces, twenty (20) telephone circuit interfaces, and four (4) operator/supervisor positions with four (4) touch screen displays; One (1) digital voice recorder; Four (4) sets of headsets, speakers, and footswitches; Network equipment, as required, to extend ASR-11 radar feed from Baghdad International Airport (BIAP); Two (2) radar display processors, displays, and control panel for local control and watch supervisor positions; One (1) radio management and control workstation (laptop) to control the six radios provided by FMS case IQ-D-QAA and the additional radios listed above; VHF/UHF radio antenna tower to support at least ten (10) VHF/UHF radios;! Two (2) tunable backup radios w/audio bypass (1 UHF/1 VHF); One (1) VHF land mobile radio system to include one (1) transceiver base station, six (6) handheld transceiver radios, and one (1) remote control unit for the base station. System to be compatible with existing LMR system at Taji; One (1) UHF radio transmitter for D-ATIS operations; AWOS; One (1) D-ATIS terminal; Three (3) flight strip holders; Two (2) light signaling devices, one (1) for local control and one (1) for ground control; Communications and data interface equipment, as required; Conduit as required to extend communications circuits from the old tower location to the new tower location; Primary and secondary crash network equipment and telephones to include an activated hot line to primary crash response agencies, crash/rescue, hospital, airfield management, and command posts; One (1) Very Small Aperture Terminal (VSAT), or equivalent, for access to flight data; Two (2) Aeronautical Fixed Telecommunica! tion Network (AFTN) terminals, one (1) for the tower flight data position and one (1) for future radar room; Two (2) flight strip printers; One (1) backup generator for all tower equipment; UPS system with battery rack and batteries for all critical tower ATC equipment; LAN switch. Companies interested in this integration effort for the ATC Tower equipment described above at Taji and Tikrit Air Bases should have the following capabilities: (1) experience with ATC Tower operations (2) experience with doing business in Iraq (3) experience as an integrating contractor. Please provide a synopsis of your companies capabilities and contact information with no more than 5 single-sided pages, 12-point, Times New Roman font, minimum one-inch margins, in Microsoft Word format. In addition to the 5-page synopsis, a cover page or cover letter may be included. Additionally, the respondents must identify past ATC Tower experience and their North American Industry Classification System (NAICS) code. Interested contractors should also identify if they qualify as a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business and whether they are U.S. or foreign-owned. Request that your RFI response be submitted on or before 6 November 2009. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. All correspondence related to this matter should be e-mailed (preferred) or mailed to: 853 ELSG/PK (Attn: Ms Mariah Blaine)75 Vandenberg Drive, Building 1630Hanscom AFB, MA 01731-2103E-mail: mariah.blaine@hanscom.af.milVoice: 781-377-5195 To ensure a prompt response, please make sure a courtesy copy is sent to Mr. Adam Hurst, at Adam.Hurst@hanscom.af.mil. Mr. Hurst can be reached at (781) 377-9076. Technical questions concerning this RFI should be directed to Mr. Jamison Murray, Program Manager, at 781-377-9141, Jamison.Murray@Hanscom.af.mil The Government will review Industry responses in detail. If the Government would like to discuss your response to this RFI they will contact you for additional information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2267/listing.html)
 
Record
SN01981507-W 20091009/091007235005-a9121856dc6fd13bd9a731c33a750489 (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.