SOLICITATION NOTICE
99 -- Future Air Navigation System Interoperability (FANS FIT) Technical Services
- Notice Date
- 11/12/2009
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWA-09-R-01109
- Response Due
- 12/12/2009
- Archive Date
- 12/27/2009
- Point of Contact
- Katherine Petito, 202-385-8591
- E-Mail Address
-
katherine.petito@faa.gov
(katherine.petito@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This market survey is being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The FAA has a requirement for technical support in the analysis, evaluation, and recommended solutions for software problems associated Controller Pilot Data Link Communications (CPDLC) and Automatic Dependent Service -Contract (ADS-C) services in portions of its Atlantic and Pacific Oceanic airspace.assoicated with the FAA's Oceanic and Offshore Programs, i.e. Advanced Technologies and Oceanic Procedures (ATOP), Safety and Operations Support (SOS) activities and Data Communication (DATACOM). The Informal South Pacific ATC Coordinating Group (ISPACG), Future Air Navigation System (FANS), and Interoperability Team (FIT) and the North Atlantic FANS Interoperability Group (FIG) have responsibility for addressing technical and operational issues and overall coordination of the implementation of the CPDLC/ADS-C technology in the south pacific and North Atlantic regions. Therefore, software problem reports from the above programs must be analyzed, evaluated, with recommended solutions for implementation in the Atlantic and in the Pacific Oceanic Airspace. The technical support requires a contractor with expert knowledge of the IPACG FIT and North Atlantic FIG activities and FANS implementation. The FAA requires technical support to maintain the database of systems, problem reports, and performance data submitted by IPACG member data link service providers, satellite communications service providers, airframe operators, avionics manufacturers, and air traffic service providers. The contractor will be responsible for the evaluation, investigation, and recommendation of problem dispositions to stakeholders. The contractor shall participate in all FIT and FIG meetings, provide agenda topics for consideration prior to said meeting, and shall lead the technical discussion in accordance with the requirements adopted by the North Atlantic FIG. During the course of each FIG meeting, the contractor shall ensure that results of technical and operational discussions are recorded and that any agreements or proposed actions reached are understood and agreed to by all relevant stakeholders. The contractor shall prepare a technical report based on the technical and operational discussions. Specific hardware and software tool requirements include: 1.Software to decode raw Aircraft Communications and Reporting System (ACARS) network traffic, 2.Hardware tools in support of simulation testing and live network tests, 3.Access to test benches (aircrafts.BOEING 747-400/-800, 777, 787) to checkout ground systems (including Ocean 21), to simulate procedures, and to checkout specific problem reports. These services are currently being performed under the Future Air Navigation System Interoperability Team (FANS FIT) contract. This contract will expire on November 30, 2009. Interested vendors responding to this Market Survey must submit capability statements to demonstrate experience in the following areas: 1)Airborne test benches,2)Engineering simulators,3)Air Traffic Services (ATS) ground station simulator Controller Pilot Data Link Communications (CPDLC) Automatic Dependant Surveillance (ADS),4)Software ATS audit data decoder and report generator,5)Fuel burn models,6)Type of services provided by your firm,7)Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance),8)Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses,9)The ability to continue these on-going essential services, without interruption, and negative impact to the National Airspace System (NAS). The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. 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 the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, 8(a) certified firms and large businesses capable of providing the services in the attached draft statement of work. The principle North American Industry Classification System (NAICS) code for this effort is 541990, All Other Professional, Scientific and Technical Services, with a size standard of $7,000,000. Interested firms are required to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable.The period of performance will be December 1, 2009 through November 30, 2014. The estimated value for this work is $636,661.00. Attached is a draft of the statement of work. Respondents are encouraged to review the statement of work and provide comments. All responses to this market survey must be received by November 23, 2009. Responses may be hand delivered or sent via e-mail to: Federal Aviation AdministrationATTN: Katherine Petito-Peverall, Contract Specialist600 Independence Avenue, SWWashington, DC 20591FOB10B - Wilbur Wright BuildingPhone: (202) 385-8591Email: katherine.petito-peverall@faa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-09-R-01109/listing.html)
- Record
- SN02002728-W 20091114/091112235328-10e64cafa0081d8e63d82aee28fbdf39 (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 |