Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

17 -- UPGRADE AND INSTALLATION OF MDS/WAM SYSTEM OF THE RANGE POSITION LOCATION INFORMATION (R-PLI) SYSTEM

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-RFI-0232
 
Archive Date
4/26/2018
 
Point of Contact
Sarah R. Lowell, Phone: 7323231830
 
E-Mail Address
sarah.lowell@navy.mil
(sarah.lowell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction This is a Sources Sought notice to determine industry capabilities and identify potential sources for the procurement of a MDS/WAM system. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code for this acquisition is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) Background Multi-Static Dependent Surveillance (MDS) and Wide Area Multi-lateration (WAM) systems (MDS/WAM systems) are surveillance capabilities that enables fire desk operators to track aircraft flying into and out of training areas in remote areas with little to no radar coverage. The MDS/WAM system interfaces with the government own Integrated Range Status System (IRSS) and provides near real-time cooperative aircraft position, altitude, discrete transponder code, speed, and bearing while the aircraft are operating at low altitude in the training range. The MDS/WAM systems are used commercially and have proven to save time and money that would otherwise be lost due to flight delays, cancellations, or diversions to other airports during bad weather. These systems are approved and used by the Federal Aviation Administration (FAA) since 2009. They have been deployed successfully at military and commercial airfields in the United States, such as MCAGCC 29 Palms, CA; NAS Patuxent River, MD; Joint Base Lewis-McChord (JBLM), WA; USAYPG Yuma, AZ; Aspen, CO; and Juneau, AK, and internationally. SAAB Sensis Corporation developed the MDS and is the sole provider of the MDS/WAM systems. They retain proprietary rights for software/firmware codes and its associated hardware and sensors. SAAB Sensis Corporation has upgraded the MDS, which provides an additional layer of information that improves range control, enhances situational awareness, and provides near real time updates to the fire desk operator. It is the Government's intent to upgrade and extend the MDS/WAM capability on other military bases to improve range control, efficiency, situational awareness, and capacity in their special use air space (SUA), landing zones (LZ) and training areas (TA). Requirement A requirement by the Naval Air Warfare Center Aircraft Division (NAWCAD) 4.11.7 exists to upgrade obsolete and aging RU5 MDS/WAM systems, and procure and install new RU6/7 MDS/WAM systems and sensors at MCAGCC 29 Palms, CA; MCAS Cherry Point, NC; MCB Camp Lejeune, NC; MCAS Yuma, AZ; MCB Camp Pendleton, CA; MCB Quantico, VA; NAS Patuxent/Webster Field, MD over a five year period with an anticipated start date in 2019. This effort includes, but is not limited to: •· Engineering and technical services to perform coverage analysis, site surveys, manufacturing, testing, and installation of a commercially available MDS/WAM capable of receiving and processing ATCRBS, Mode S, and ADS-B signals in order to track aircraft traffic and interface with IRSS; •· The Government expects to procure a quote mark turn-key MDS/WAM system which requires little or no Government Furnished Equipment (GFE) such as communications links or remote power sources, e.g. generators, solar panels; •· The Government expects a five year warranty on the MDS/WAM Hardware, Software Firmware, and any ancillary equipment starting after each installation and government witness site acceptance test (SAT; •· The government expects the contractor to provide comprehensive support and maintenance services to ensure service availability of the MDS/WAM system for a minimum of 60 months after deployment. • The coverage areas will include SUA, LZ, TA for each site • The services shall encompass remote and local technical support, product repair, field replaceable units (FRU) replacement, and emergency response • These services shall include installation, software upgrade, preventive maintenance, corrective maintenance, spares management, and operations consultancy •· Interested contractors shall comply with all security and Cyber/Information Assurance (IA) processes and procedures established or placed into operation by DOD. (RMF A&A); •· If the system uses a 1030 MHz transmitter system, it shall not exceed FAA acceptable transponder occupancy rates; •· If using 1030/1090MHz frequencies the system must have at least a NTIA Stage 3 (Developmental) approval, with the ability to obtain a Stage 4 approval; •· The system should be capable of sending air track/position data to the Government's Integrated Range Status System (IRSS) utilizing ASTERIX data format via UDP messages (Asterix data as per ICAO MLAT/WAM standards); •· The contractor shall provide a Train the Trainer, Maintenance Training, along with required documentation; •· Interested contractors must be fully certified to perform required services on existing and new MDS/WAM systems and provide a record of proven past experience installing and deploying FAA compatible system. ADDITIONAL INFORMATION The prime contractor must have relevant experience in installation and deployment of MDS/WAM systems deployed for surveillance of aviation platforms flying missions in the United States National Air Space. The contractor must have access to the MDS/WAM hardware and software specifications and drawings. Potential sources must provide documentation showing proof of rights to use the data from Saab Sensis Corporation or documentation identifying the company as an authorized distributor. Statements that data will be obtained or that specifications or drawings will be developed are not acceptable. Unless stated herein, no additional information is available. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Please provide whitepapers, commercial pamphlets, or any other documentation that would describe the company's ability to meet the above requirements. Please submit responses/questions to this Sources Sought/Request for Information, in writing, via e-mail to Contract Specialist-Sarah Lowell Email: sarah.lowell@navy.mil. Responses are due no later than 1 May, 2018; 3:00 P.M. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0232/listing.html)
 
Record
SN04879543-W 20180407/180405231128-ea65abe4bc88a32a857d157b4c9d872a (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.