|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 15,1999 PSA#2475U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488,
Redstone Arsenal, AL 35898-5280 16 -- TACTICAL AIRSPACE INTEGRATION SYSTEM DUE 120299 POC STEPHEN
PRUZINSKY, Contracting Officer, 876-3939 E-MAIL: see e-mail address,
spruzin@redstone.army.mil. DESC: Tactical Airspace Integration System
(TAIS) Commerce Business Daily announcement For Potential Sources
Sought. This is a market survey to locate potential sources for the
follow-on production of up to 38 TAISs with associated spares and
software updates. Initial deliveries of approximately 2 systems are
required approximately 18 MAC to support Operational Test, with 12
systems per year for each following year. Spares deliveries will be
concurrent with the systems. Software updates will be contingent upon
the evolution of the ABCS foundation products, and therefore, cannot be
specified at this time. The anticipated contract type is FFP (with the
exception of software upgrades, which cannot be defined adequately
enough to warrant fixed price). The TAIS is a mobile communications and
digitized battlefield automated system (BAS) and is the US Army's
designated Army Battle Command System (ABCS) that provides the Force
XXI commander with automated capabilities to perform Army Airspace
Command and Control (A2C2) planning, enhanced A2C2 execution, and
improved intra- and inter-Corps/Division Air Traffic Services functions
during war and sustainment and stability operations. The TAIS provides
the automation capability to effectively deconflict in real-time
(mathematically and graphically) airspace usage conflicts and to
synchronize airspace usage elements in the third and fourth dimensions
(altitude and time). The TAIS shall be able to communicate (voice and
data) with current and future military aircraft (joint/combined),
civilian aircraft and air traffic control systems (US and host nation),
and other US and allied forces (multinational) airspace users. The TAIS
shall provide seamless connectivity to the existing civil aviation
facilities to provide a "drive up and plug in" capability. The TAIS
shall be capable of linking to the Theater Air Ground Systems (TAGS)
thru an interface with the Joint Force Air Component Commander's
automated airspace planning and communications systems (Contingency
Theater Air Control System [CTAPS] and the Theater Battle Management
Core System [TBMCS]). The TAIS shall be able to communicate
electronically over Army and Joint Service Standard links with existing
(legacy) and developmental airspace control systems (such as but not
limited to) the CTAPS and the TBMCS. The TAIS shall have (as a minimum)
the ability to electronically receive, display, manipulate, store, and
disseminate a real-time situation picture of the airspace within 180
NM of the TAIS; the Airspace Control Plan (ACP); the Air Tasking Order
(ATO); the Airspace Control Order (ACO); and the Special Instructions
(SPINS). The TAIS shall also be able to disseminate all TAIS products.
The TAIS shall be capable of supporting 24-hour, all-weather operations
with tactical A2C2 battlefield automation systems and modern ATS
communications systems. The TAIS shall include the following secure,
jam-resistant communications capabilities: two High Frequency (HF-SSB)
radios (w/automatic linkage equipment (ALE)), one HF TADIL-A radio
receiver, three Ultra-high frequency-amplitude modulated (UHF-AM)
voice, two Very-high frequency-amplitude modulated (VHF-AM) voice
radios, three Very-high frequency-frequency modulated (VHF-FM) radios
(one of which must be data capable and interface into the Lower
Tactical Internet), Mobile Subscriber Equipment (MSE), an Automated
Data Distribution System (ADDS) link into the lower Tactical Internet,
one UHF-FM Satellite Communications (SATCOM)-Demand Assigned Multiple
Access (DAMA) radio, a Global Positioning System receiver (for system
location information and for radio timing information), and a future
Ultra Wide Band Radio. The TAIS shall support the transition to the
Joint Tactical Radio System in the Architecture Design. The TAIS design
shall include those measures required to mitigate or eliminate cosite
interference between radios. The TAIS shall provide interfaces into
existing telephone systems on a worldwide basis and have the
connectivity to those systems through the shelter wall. The TAIS
designshall protect internal components from EMI and HAEMP. The TAIS
requirement for voice communications is the capability to
simultaneously transmit and receive with the HF-SSB radio w/ALE,
UHF-AM, VHF-AM, and VHF-FM radios. The TAIS communications capability
also requires the continuous monitoring of VHF and UHF aviation
emergency frequencies including the ability to transmit on these preset
frequencies. All primary TAIS computers shall be current US Army Common
Hardware and Software (CHS). Commercial Off the Shelf (COTS) and
Government Off-The-Shelf (GOTS) will be reused when possible and an
aggressive approach to software code reuse is required. The TAIS shall
be Defense Information Infrastructure Common Operating Environment
(DII COE) Level Six certified (Level Seven preferred). The TAIS
software shall fully and seamlessly integrate the latest version of the
ABCS segments and software IAW DII COE architecture. The TAIS shall be
able to annually integrate DII COE products and bi-annually integrate
operating system changes. The TAIS system technical and programmatic
architecture shall also support spiral development. The TAIS system
shall be able to function as a TOC server when required. TAIS software
shall be capable of providing A2C2 information, to include an Army
Airspace Command and Control (A2C2) overlay, to the ABCS Joint Common
DataBase (JCDB) and be capable of extracting battlefield situation
awareness information from the JCDB. The TAIS shall also be capable of
establishing and maintaining external interfaces with all other ABCSs,
the command and control systems of other services, with the Airborne
Warning and Control System (AWACS), and Air Defense Units through the
native format (FAAD Data Link) and the TADIL A, B, and J standards. The
TAIS shall also have the capability to establish and maintain direct
and real-time interface (voice and data) using United States Message
Text Format (USMTF) and Joint Variable Message Format (JVMF) messages
with adjacent, higher, and lower (as appropriate) Air Traffic Services
(ATS) units and A2C2 cells at Echelons above Corps (EAC), Corps, and
Division. TAIS software products shall be capable of being transmitted
to and received by the Force Battle Command, Brigade and Below (FBCB2)
and Embedded Battle Command (EBC) systems through the ABCS
architecture. The TAIS system shall utilize the Standard Command Post
Shelter (SICPS) mounted on the Expanded Capacity Variant of the High
Mobility Multipurpose Wheeled Vehicle (HMMWV). The TAIS shall not
exceed the maximum HMMWV weight parameters and must be transportable by
no more than two C-130 sorties. Each major TAIS component shall be
externally transportable by UH-60 helicopter. The follow-on TAIS system
shall maintain the design and must duplicate all existing functions of
the original TAIS. Firms wishing to participate in this survey must be
capable of meeting all of the above stated TAIS requirements, to
include the required delivery schedule stated above Prospective firms
shall be able to meet the following criteria: have aproven past
performance and successful on-time delivery record in the successful
generation of command and control and air traffic services software;
have proven knowledge and expertise in the areas of battlefield command
and control and air traffic services policies, procedures, and
equipment; have proven knowledge and understanding of the requirements
of the Army Battle Command System (ABCS) and the Defense Information
Infrastructure Common Operating Environment (DIICOE); must have the
capital facilities to fabricate, test (to include the ability to
simulate and stimulate systems under test), and sustain software (to
include perform configuration management of up to 650,000 LOC) and
hardware; have in-depth knowledge and expertise in the operation and
integration of radio systems and associated antennas and their effects
on other electronic systems; have a proven past performance and
successful on-time delivery record in the development and manufacturing
of ground mobile, sheltered systems; have the capitalmanufacturing
facilities to integrate and assemble up to 12 shelters per year; have
or be able to establish a presence in the Central Testing and Support
Facility (CTSF) at Ft. Hood, TX; have a proven past performance and
successful on-time delivery record in the successful management of
hardware and software subcontractors; have a proven past performance
and successful on-time delivery record of providing government approved
software on both a Solaris operating system and Windows NT
architecture; have the ability to develop and present hardware and
software training packages; be ISO 9001 certified; and have the ability
to provide field maintenance and technical support to the TAIS and all
TAIS subsystems for a period of up to two years. Potential sources
should provide their current Software Engineering Institute (SEI)
rating ) and certification for ISO 9001. Potential sources are notified
that an SEI level 4 and ISO 9001 rating will be required at time of
production award. Potential sources are notified that the government
did not procure a level III TDP for the current hardware design, or
unlimited rights to the current software designPotential sources should
send a white paper detailing how they plan to meet the above
requirements within the required delivery; their corporate
qualifications; certifications for SEI level and ISO 9001; and physical
design layout of their system. All information will be evaluated by a
team of subject matter experts to determine ability of the source to
meet all the above stated requirements. Responses should clearly
delineate proven past performance, to include contract numbers and
government POCs to verify successful completion, that would indicate
the source's ability to meet the above requirements. Responses should
be sent to Mr. Stephen P. Pruzinsky, Contracting Officer, U.S. Army
Aviation and Missile Command, ATTN: AMSAM-AC-SM-C, Redstone Arsenal, AL
35898, telephone (256) 876-3939, telefax (256) 842-6268 within 15 days
of publication of this notice. This synopsis is for informational and
planning purposes only and does not constitute a solicitation and is
not to be construed as a commitment by the government. Only written
submissions will be accepted. See Note 22. Posted 11/10/99
(W-SN399938). (0314) Loren Data Corp. http://www.ld.com (SYN# 0188 19991115\16-0005.SOL)
16 - Aircraft Components and Accessories Index Page
|
|