SOLICITATION NOTICE
99 -- MARKET SURVEY - TECHNICAL SUPPORT SERVICES FOR FAA FLIGHT SYSTEMS LABORATORY - INTENT TO AWARD TO A SINGLE SOURCE
- Notice Date
- 5/20/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- 9532
- Response Due
- 6/17/2010
- Archive Date
- 7/2/2010
- Point of Contact
- Diana Pickel, (405) 954-8381
- E-Mail Address
-
diana.pickel@faa.gov
(diana.pickel@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- TECHNICAL SUPPORT SERVICES FOR FAA FLIGHT SYSTEMS LABORATORY1. Introduction/PurposeThe FAA has a requirement for technical support of the Flight Systems Laboratory, AFS-450, located in Oklahoma City. The anticipated contract period is five years.The FAA has a requirement to provide for the development, analysis, and introduction of new concepts and technologies for aircraft navigation and instrument flight operations into the National Airspace System (NAS). The contractor will be required to provide the following technical support services: a. Develop complex high fidelity simulations of aviation scenarios and perform risk analyses and safety evaluations of the scenarios; b. Develop very high fidelity computer models of aircraft and avionics systems for inclusion in the above simulations and for other studies; c. Develop specific high fidelity computer models of surveillance systems to include the various automation systems they may be utilized with for inclusion in simulations in a. above and for other studies; d. Develop software applications to support the FAA's Flight Standards' mission to meet increased demand through improved efficiency and increased safety; e. Provide technical and analytical support for the development, evaluation, and introduction of new concepts and technologies for aircraft navigation and instrument flight operations into the National Airspace System (NAS) for the advancement of Performance Based Navigation, Radar/Broadcast Implementations, and other FAA initiatives; f. Provide technical and analytical support for the development, evaluation, and introduction of changes to operations, procedures, and/or equipment in the NAS that promote FAA objectives to enhance ATC capabilities; g. Provide technical support for the use of and revise as required (or requested) existing software applications (including but not limited to RNAV-Pro, RDVA-Pro, RPAT-Pro, the Engine-Out Surface Evaluator [EOSE] tool, ASAT, ASATng and ARTS4Wake) in support of the FAA's mission as it evolves to meet future needs in ADS-B, Wide Area Multilateration (WAM), Satellite Based Augmentation System (SBAS), Ground Based Augmentation System (GBAS), DME/DME, Radar, and other NextGen initiatives; h. Prepare test plans for flight tests, flight simulator tests, and ATC simulator tests, monitor simulator setup and testing, and collect, transfer, and analyze the data generated by the tests; i. Perform statistical/mathematical analyses to support the development of criteria and standards for instrument procedure design; j. Utilize existing (e.g., FlightVis) and develop new presentation and visualization tools for showing results and the impact of studies and analyses, test data, test results, weather data, manufacturer's aircraft and avionics data, radar track data, and other material as required; k. Prepare high quality technical reports in approved FAA Flight Standards format detailing the objectives, background, technical approach, analyses, outcome, and recommendations related to the particular problem under study; l. Provide technical support for Human-In-The-Loop (HITL) testing to support Closely Spaced Parallel Operations (CSPO) studies, converging operations studies, and other terminal airspace operations; m. Perform risk analyses and safety studies to support development of standards and criteria related to wake vortex encounter hazards in the National Airspace System. 2. Incumbent Contractor (if applicable) Air Traffic Simulation, Inc. (ATSI), 3317 Deer Valley, Edmond, OK 73034-70573. Nature of CompetitionThe acquisition strategy for the procurement has been determined to be a single source contract to the incumbent contractor, pending responses to the market survey from other vendors. The FAA intends to solicit and negotiate only with Air Traffic Simulation, Inc.4. Standard Language(a)This is not a Screening Information Request or Request for Proposals of any kind;(b)The FAA is not seeking or accepting unsolicited proposals;(c)The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and(d)Any costs associated with the market survey submittal is solely at the interested vendor's expense5. North American Industry Classification System (NAICS) CodeThe Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541611, Administrative Management and General Management Consulting Services, with a size standard of $7.0 million. 6. Submittal Requirements for Market SurveyIn order to make a determination of the capabilities of an interested vendor, the FAA requires the following information: a. Type of services provided by your firm. b. Size and type of services provided under previous contracts for support services that are similar in scope. Provide detailed information and past performance information on previous contracts including program title, customer name, project dates, project value, customer point of contact, and description of work performed. c. Demonstrate experience/capability for meeting the technical requirements set forth above. 7. Delivery of SubmittalsIn order to be considered responsive, organizations, other than the incumbent, expressing interest in this matter must provide the following: a. Capability Statement (as defined above) b. Completed Business Declaration Form FormatQuantityAddressElectronic 1 setdiana.pickel@faa.govNOTES: The electronic submission must not exceed 15 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (pdf). Also, please note that the FAA e-mail server restricts file size to 10MB per mail, therefore, responses may have to be submitted in more that one e-mail in order to be received. All Submissions must be received by 3:00 PM Central Standard Time on June 17, 2010. For questions, requests for additional information, etc. regarding this market survey, contact Diana Pickel, Contracting Officer, via E-mail: Diana.pickel@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. No telephone calls will be accepted. Please submit questions through E-mail to Diana Pickel who is your only POC for this requirement. At no time should your firm contact the Program Office to find out additional information on this requirement. 8. Other. Responses will not be returned. If a solicitation is issued, it will be synopsized on the FAA's Contract Opportunities web page. It is the offeror's responsibility to monitor this site for the release of the solicitation. 9. Attachments(a) Draft Statement of Work/Specification(b) Business Declaration Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/9532/listing.html)
- Record
- SN02155949-W 20100522/100520235653-947bd1e3ba5b63ba84a671e8d2c8ed3f (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 |