SOURCES SOUGHT
16 -- Mobile ATC System with Precision Approach and Airport Surveillance Radars
- Notice Date
- 12/1/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AMCOM Contracting Center - Air (AMCOM-CC), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-11-RFIRM
- Response Due
- 12/30/2010
- Archive Date
- 2/28/2011
- Point of Contact
- Rebekah Massey, 2568424946
- E-Mail Address
-
AMCOM Contracting Center - Air (AMCOM-CC)
(rebekah.j.massey@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Traffic Navigation Integration Coordination System (ATNAVICS) function on the modern battlefield is to provide the Joint Force Commander (JFC) or Combatant Commander (CCDR) with a highly mobile, self-contained, and reliable Airport Surveillance Radar (ASR), Precision Approach Radar (PAR) and Secondary Surveillance Radar (SSR) capability. ATNAVICS and FBPAR is used to conduct the safe handling of air traffic in all weather conditions and will facilitate severe weather and low visibility precision approach landings at fixed base and tactical airfields, and will provide a force multiplier by allowing for continuous operations. The ATNAVICS further assist air traffic movement by providing area navigational assistance to air traffic during joint and combined operations, and coordinating air movement within the Airspace Command and Control (AC2) System. This office is interested in obtaining information regarding the availability of candidates for a mobile Air Traffic Control (ATC) system with precision approach (PAR) and airport surveillance (ASR) capabilities that can be used in a tactical environment. Additionally the PAR should be adaptable to function as the precision approach radar for fixed base facilities. Additionally, this office is interested in obtaining information regarding the availability of candidates to provide Engineering Services support to conduct any non-recurring engineering, investigation, inspection, analysis, documentation, test or evaluation effort which will or may likely impact the software or hardware. Specific effort to be expended shall be defined in Technical Direction Orders (TDOs). The efforts shall include planning and managing an engineering services program and accomplishing engineering and logistics tasks, including the following types of support: product improvements, technical studies and white papers, design trade studies, alternate architecture development, Simulation and modeling, Prototype design, fabrication, integration, assembly, test, and Symposium Support. This Request for Information (RFI) is issued solely for information and planning purposes. In accordance with FAR 15.201 (e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submitting information for this RFI is voluntary, and participants will not be compensated; this is not a request for proposal, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. Respondents will not be notified of the results of the review of the information provided but may be contacted for additional information for clarification. General: 1. All vendors with an appropriate product relating to the requirements are invited to provide potential candidate information based on the following required and desired capabilities. Relative per unit ROM costs are specifically requested. 2. Provide a brief description of your company's expertise and qualifications for providing Producing hardware to meet the below requirements and provide for Engineering Services support. 3. Provide and describe examples of your company's experience in designing/redesigning ATC systems. Also, your company's integrated approach to production, software enhancements and fixes, fielding, and maintenance of previously produced systems. 4. Provide information on hardware and software production/modification and production/modification acceptance test (PAT) of ATC systems and their internal modules, maintenance and retrofit of previously produced ATC systems. 5. Identify the commercial and military sales history include date, customers and quantities. Technical: 1. Describe the qualifications of your engineering staff who have experience in the design and production of C4I systems. 2. Describe your company's software development experience in the areas of Software Development Plans, Code Development, Code Modification/Maintenance, Software Documentation, Software Safety/Hazard Analysis, Software Development Testing, Data Reduction and Analysis, Configuration Control, collaborative software development, and 2D/3D graphics. 3. Describe your company's experience with software interoperability testing with other systems. 4. Describe your company's experience with Field Service and technical support to exercises and demonstrations. 5. Describe your company's experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, and Joint Interoperability Testing support. 6. Describe your company's experience with developing modification work orders, planning and conducting retrofits of fielded systems. 7. Describe your company's experience with Information Assurance Vulnerability Management (IAVM) and conduct of IAVM Compliance procedures. 8. Describe your company's experience with development of Interactive Multimedia Instruction (IMI) and Computer-Based Training (CBT). 9. Describe your company's experience in developing or updating Technical Data Packages. 10. Describe your company's process for tracking program risks and mitigation steps utilized on past contracts that reduced risks to an acceptable level. 11. Describe your experience in re-designing an existing hardware component from a technical data package to meet specific form, fit, and minimal function requirements. 12. What is your company's experience with partnering with industry to incorporate software into your hardware product? 13. Required Capabilities: a.Inherent self mobility b.Operate from Alternating Current (AC) (Frequency variation between 50/60 Hz) power sources at Army air fields or power generation equipment provided with the system. c.Secure, jam resistant voice radio communications VHF-AM (116 & x13; 150 MHz. UHF-AM (225 & x13; 400 MHz). VHF-FM (30-88 MHz, with 8.33 MHz spacing). d.Communications selection capability for each operator position. e.Detection and tracking for aircraft with radial velocities from 0 to 500 knots. f.Operation under environmental conditions ranging from -40 F to 120 F including the effects of solar radiation without performance degradation and withstand exposure to ambient air temperatures ranging from -40F to 155F. g.Meet the requirements of an Army flight check conducted in accordance with the USSFIM 8200.1A. h.Meet the spectrum standard requirements of National Telecommunication and Information Administration (NTIA). i.Be capable of continuous operation during day/ night conditions and adverse weather battlefield conditions. j.Provide system performance where by ground clutter, rain, snow, fog, hail or blowing dust have a minimal effect. i.Independent simultaneous operation of the surveillance and precision landing modes. j.Provide for a minimum of two operator positions each with a display that will independently depict surveillance and precision coverage. k.The personnel operating space should be environmentally controlled to temperature range of between 65F and 75F for operation under the conditions described above. l.Area Surveillance Line of sight area surveillance to a minimum of 25 nautical miles (NM). Minimum detection range of.5 NM or less. 360 degrees of azimuth coverage. Track aircraft at altitudes between 100 feet and 10,000 feet Above Ground Level (AGL). Integrated positive friendly aircraft identification feature. Distinguish a 1 square meter target flying at low altitude (100 feet). Detection and tracking for aircraft with radial velocities from 0 to 500 knots. M. Precision Approach Precision landing capability for multiple aircraft within 10 NM. Minimum detection and tracking range of 1800 feet or less. Azimuth coverage +/- 15 degrees. Elevation coverage -1 to +8 degrees. Glide slope depictions electable from +1 to +6 degrees. Detection and tracking of 1 m2 to 1000 m2 RCS targets. 14. Desired Capabilities: a.Roll on/ roll off transportation on C-130 or larger aircraft b.External lift by the Army CH-47 helicopter. c.Placed in operational condition by no more than 4 personnel in one hour or less. d.Hardened to the effects of nuclear, biological or chemical contamination. e.Be able to be operated, maintained and resupplied by personnel wearing the Mission Oriented Protective Posture (MOPP IV) attire. f.ASR simultaneously detecting and tracking a minimum of 150 aircraft g.PAR simultaneously detecting and tracking a minimum of 26 aircraft. h.ASR vertical coverage between -1 to 30 degrees. i.Built in test equipment capable of isolating maintenance problems down to the line replaceable unit level to a 95% accuracy. j.Be able to operate without degradation with wind speeds of 40 knots and gusts up to 80 knots. k.System availability in excess of 96 % and a mean time between failures of 220 hours. l.Capable of being maintained under a two level maintenance (organizational and depot) concept. m.Use of Tactical Quiet Generator(s). n.Operate from utility power sources: 120/208 VAC, 60 Hz, 3-phase, 4-wire; 220/380 VAC, 50 Hz, 3-phase, 4- and 5-wire; 240/416 VAC, 50 Hz, 3-phase, 4- and 5-wire. Desired response format: The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. Submit email response to: Rebekah Massey, Contract Specialist, rebekah.j.massey@us.army.mil Responses must be received no later than 4:30 pm CST, Thursday, December 30, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24e1c55363a3602f2a67242f1811ea84)
- Place of Performance
- Address: AMCOM Contracting Center - Air (AMCOM-CC) ATTN: CCAM-AR-C, Building 5309, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02336680-W 20101203/101201234609-24e1c55363a3602f2a67242f1811ea84 (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 |