SOURCES SOUGHT
R -- Air Traffic Management Systems and Marine Domain Awareness Systems
- Notice Date
- 7/10/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5714SS00005
- Point of Contact
- Carmen R. Smith, Phone: 6174942568, Daniel J. Leone, Phone: 617-494-2128
- E-Mail Address
-
carmen.r.smith@dot.gov, daniel.leone@dot.gov
(carmen.r.smith@dot.gov, daniel.leone@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.0 Background The U.S. Department of Transportation (U.S. DOT), John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is conducting market research to identify small business concerns for deploying ground based Air Traffic Management Systems and Marine Domain Awareness Systems. This Sources Sought Notice does not constitute a solicitation and is not to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice. 2.0 Description Contractors will be responsible for supporting the Government in the following work areas: 1. Providing infrastructure support for the upgrade of National Airspace Systems (NAS) primarily at United States Air Force (USAF) sites, both domestically and internationally. The current system being deployed is the Standard Terminal Automation Replacement System (STARS). Future systems may include supporting the replacement of the National Voice Switch replacement and the new Voice Radios used in the Air Craft Landings and Control (ATCALS) environment. This work involves performing site surveys at USAF sites, acquisition and staging of infrastructure equipment and supplies, and performing infrastructure upgrades to prepare the site to receive the new STARS replacement equipment. 2. Providing Maritime Domain Awareness (MDA) to the US Navy primarily at Outside the Continental United States (OCONUS) locations at a host nation port facility. This involves system design and integration of port marine tracking systems including radar, voice radio, and Automatic Identification System (AIS) traffic management systems. This also includes system deployment, testing, and training of host nationals. This activity will require performing a site survey, developing a site specific architecture for the site, acquiring, staging and shipping of supplies and equipment to the designated site, and finally, system installation, training, and hand-over. 3.0 Submission Instructions Interested small business concerns must submit a written Statement of Capabilities of sufficient detail demonstrating their experience and have the ability to provide said services at multiple, simultaneous sites, nationwide as it relates to relevant past performance (previous or current experience for the past five (5) years). Capability information shall include: Contract number; Customer (Government agency, private industry); Contracting Officer's Representative (COR) name, telephone and fax numbers; contract value and type of contract; period of performance; and description of product/services. Information provided shall be detailed and shall show technical capabilities, knowledge, and expertise so the Government can assess the ability to provide the described services in each of the above stated work areas. Additionally, small business concerns shall display knowledge of the ATCALS and MDA systems and experience working at an Air Craft Control Tower and Radar Approach Control facility (RAPCON). The contractor should be able to demonstrate they have the ability to support five (5) site preparation teams simultaneously. For making estimates a typical Tower/ RAPCON survey may take 2-3 days exclusive of travel. A typical site preparation for a Tower/RAPCON is three (3) days and 1 ½ weeks respectively. A full RAPCON relocation from an existing building to a new building is approximate a three (3) week effort. An MDA survey may be one (1) to three (3) days per site and may include multiple sites per visit. A site survey may integrate some site preparation/infrastructure enhancements if conditions at the site are known prior to travel. All of the information sought should be conveyed in no more than five (5) pages. Page size is set at 8 X 11 and text should be no smaller than 11 point. Each response must reference the Sources Sought title. Interested small businesses shall indicate their socio-economic small business size status (Total Small Business, 8(a) business development, historically underutilized business zone, service disabled veteran owned, small disadvantaged, or woman-owned) in the appropriate North American Industry Classification System (NAICS) code. As a result of recent changes to the Federal Acquisition Regulation (FAR) Part 19, small business concerns must ensure that their status certifications are up to date. Interested parties must respond to this announcement in writing by July 24, 2014 at 4:00 pm Eastern Time. Telephone requests will not be honored. All responses must be submitted via e-mail to Carmen R. Smith at Carmen.R.Smith@dot.gov. Electronic attachments to the e-mail should be submitted in Microsoft Office 2007 (or later) productivity application formats, or any format that can be imported by Microsoft Office. 4.0 Information Availability THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is for information and planning purposes only, and is a market research tool to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and possible issuance of a Request for Proposal. The notice does not constitute a solicitation for bids, quotations, and proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government is not obligated to and will not pay for any information received from potential sources as a result of response to this Sources Sought notice. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. Submissions must be disclosable to the public or the submitter should provide a summary statement that can be disclosed to the public with fuller supporting information that is clearly marked as restricted. The Government will use customary means to safeguard proprietary information, but only when such information is (1) clearly marked as proprietary; (2) is, in fact, information that could not have been obtained from another party or source; and (3) is otherwise deserving of such treatment under standards and processes described in the Freedom of Information Act (FOIA) and Executive Order 12600. For information about the Volpe Center refer to the Volpe Center website at http://www.volpe.dot.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714SS00005/listing.html)
- Record
- SN03420941-W 20140712/140710235339-98e856bf406107e9a8a2c7f9a43de31b (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 |