Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2025 SAM #8439
SPECIAL NOTICE

59 -- FAA's Interfacility and Radar Simulator (FIRS)Products Support Service

Notice Date
1/2/2025 3:59:34 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
 
ZIP Code
08405
 
Response Due
1/10/2025 7:00:00 AM
 
Archive Date
01/25/2025
 
Point of Contact
Lisa Bethea
 
E-Mail Address
lisa.t.bethea@faa.gov
(lisa.t.bethea@faa.gov)
 
Description
In accordance with the FAA Acquisition Management System (FAA AMS) paragraph 3.2.2.4, the purpose of this announcement is to inform industry of the of the FAA's decision to contract with a selected source via single source procedures. The Federal Aviation Administration (FAA) intends to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) Time and Materials type contract to JVN Communications, Inc. (JVN), Egg Harbor, New Jersey. The requirement is to provide engineering services to the Air Traffic Organization (ATO) - Second Level Engineering (SLE) with FAA Inter-facility Radar Simulator (FIRS), Simulation Driver Radar Recorder (SDRR) and Graphical Scenario Generation Tool (GSGT) and other products that are proprietary including all enhancements, new requirements and maintenance of their products. In addition, SLE provides support to all major National Air Space systems including but not limited to the following: Standard Terminal Automated Replacement System (STARS), STARS Enhanced Local Integrated Tower Equipment (ELITE), and interfaces with En Route Automation Modernization (ERAM). These systems will be referred to collectively as Air Traffic Control (ATC) Automation Systems. SLE supports systems deployed at the WJHTC Terminal and En Route Laboratories, Mike Monroney Aeronautical Center (MMAC) training facilities, Terminal Radar Approach Control Facilities (TRACONs),, Operational Support Facilities (OSFs), and Department of Defense (DoD). This procurement action is required to purchase services in support of the FIRS tool suite. The FIRS tools suite supports the testing of Terminal and En Route Automation systems, Data Reduction and Analysis (DR&A) of live and simulated data, and training at Terminal OSFs, TRACONs, the WJHTC, the MMAC, and the DoD. Enhancements and maintenance to the servers and/or standalone processors, user licenses and training of Simulation Driver Radar Recorder (SDRR), Graphical Scenario Generation Tool (GSGT), Airspace Visual Display (AVID), Site Shadow, Terminal Control Workstation (TCW) Controller and Dynamic Simulation (DySiM) are required. Each product encompasses hardware, Linux operation system, application software and permanent user licenses. JVN owns the intellectual property rights to all FIRS applications (hardware and software) and device drivers. The FIRS tool suite compiles hardware and software products together with an operating system and modified application of Commercial Off-the-Shelf (COTS) software. FIRS can be transported to support the analysis of ATC Automation Systems. The FIRS tool suite includes portable, rack mounted, and desktop systems. Maintenance and enhancement of the FIRS tool suite requires knowledge of the hardware and software for both the operation and support components. JVN is the original manufacturer for the FIRS platform that includes Standalone Interfaculty Radar Simulator (SIRS), Simulation Driver Radar Recorder (SDRR), Graphical Simulation Generator Tool (GSGT), Airspace Visual Display (AViD), Random Access Plan Position Indicator (RAPPI), Terminal Control Workstation (TCW) Controller, and Site Shadow. As such, JVN retains the proprietary data rights and the only vendor capable of providing the required software, firmware, and hardware to support the Standard Terminal Automation Radar System (STARS and En Route Automation Modernization (ERAM) testing environments. A full and open competition is not available for this requirement. If your firm disagrees with the single source determination, please provide evidence of your firms' capabilities and experience in providing the above services. The FAA will evaluate them accordingly. All responses to this announcement must be directed to Lisa Bethea no later than 10:00 A.M. EST, January10, 2025. Responses must sent via email to lisa.t.bethea@faa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9f28a478a6bd40d6b2ef986ca3d2141b/view)
 
Place of Performance
Address: Atlantic City, NJ 08405, USA
Zip Code: 08405
Country: USA
 
Record
SN07303853-F 20250104/250102230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.