|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 14,2000 PSA#2516ESC/GAK, Global Air Traffic Operations/Mobility Command and Control, 75
Vandenberg Drive, Hanscom AFB, MA 01731-2103 58 -- MOBILE APPROACH CONTROL SYSTEM (MACS) SOL F19628-00-R-0014 POC
Ms. Christine Baron, Contracting Officer, ESC/GAK, (781) 377-9304, or
Capt. Christopher Barker, Contract Manager, ESC/GAK, (781)377-9011 WEB:
ESC Business Opportunities Web Page, http://www.herbb.hanscom.af.mil.
E-MAIL: Click Here to E-mail the POC,
Christopher.Barker@hanscom.af.mil. This CBD announcement constitutes a
Notice of Contract Action (NOCA) of a proposed Request for Proposal
(RFP). The Global Air Traffic Operations, Mobility Command and Control
System (GATO MC2) Program Office, Navigation & Landing Systems
Division (ESC/GAL), will issue a RFP on/about 3 February 2000 on HERBB.
This requirement is to replace two systems currently in use by the Air
Force and the Air National Guard (AN/TPN-19 and AN/MPN-14K) with the
MACS. Both the AN/TPN-19 and AN/MPN-14K systems are at or beyond their
life expectancy and are becoming economically unsustainable. The MACS
must operate within Federal Aviation Administration (FAA) performance
parameters. The MACS must be able to operate in fixed base and forward
austere locations. Interested contractors should see the Hanscom Air
Force Base acquisition web site for additional information
(www.herbb.hanscom.af.mil, Current Business Opportunities, MACS. The
Air Force will use Full and Open Competition utilizing FAR Part 15 to
establish a contract that will be used to develop the MACS ASR
subsystem (mobile ASR and ASR shelter), the MACS Operations subsystem,
and integration and test of the complete MACS. The AF contract will
provide a separate development phase with a first article deliverable
and the option for a second first article deliverable unit. The
development phase is planned to be Firm Fixed Price with an Award Fee
pool. The production phase of the contract is planned to be Firm Fixed
Price with Options for different quantities by year. The production
Best Estimated Quantity (BEQ) is 18 systems (including one or two 1st
article units), with the possibility for additional systems. A joint
Contractor-Government Test Team will be established during EMD to
perform incremental and acceptance tests. The Contractor will train the
approximately 32 USAF DT/OT testers and 32 USAF Initial Cadre Training
trainers. The MACS PAR subsystem will be acquired through a
competitive joint procurement with the US Navy. The PAR subsystem will
be provided asGovernment Furnished Equipment (GFE) for MACS
integration. The PAR subsystem is entirely allocated one of the three
C-130s for the MACS' mobility requirement. In addition, MACS will
utilize the STARS software currently being developed under a Federal
Aviation Administration contract for the National Airspace System. The
STARS software and its associated hardware, with the exception of
displays, will be provided GFE for MACS integration. The contractor(s)
will be required to have associate contractor agreements with both the
FAA STARS contractor and the NAVY PAR contractor, and may be required
to develop associate contractor agreements with other contractors. The
MACS shall: (1) Provide radar approach control service to include, but
not limited to, sequencing and separation of aircraft, navigation
assistance, and airspace control services to military, civil, and
state-owned aircraft operating within the assigned terminal airspace.
(2) Be capable of providing airfield surveillance (0.5 to 60 nautical
miles), secondary surveillance (to 120 nautical miles), and precision
approach services (to 15 nautical miles), day and night, in all weather
conditions, to military and civil aircraft. (3) Provide voice
communication with aircraft and adjacent fixed and deployed facilities,
and between each MACS subsystem. (4) Import and export data such as
weather, arrival/departure, and hand-off information IAW National
Airspace System (NAS) standards. (5) Process inputs from a minimum of
three radars (any combination of long/short range radar) imported in
NAS format and standards. (6) Be interoperable with existing deployable
ATC and tactical communications equipment such as TRI-TAC Interfaces
and Integrated Communications Packages. (7) Be capable of complete
remote operation. The objective is to transport the complete system in
two C-130 aircraft, with a threshold requirement of not more than
three C-130 aircraft, including crew and spares. (8) Provide processed
data to a tower Digital Bright Radar Indicator Tower Equipment
(DBRITE) and a remote personal computer display. (9) The Surveillance,
Precision, and Operations subsystems must each be modular and capable
of autonomous operation. The Operations subsystem will support 5
primary controllers, 2 assistant controllers, and a supervisor, and the
supervisor's position must have "line-of-sight" capability to all
workstations within the Operations subsystem. The Surveillance and
Precision subsystems will support one operator each. To the maximum
extent possible, all operator positions should mirror fixed base NAS
facilities. (10) Be capable of being tailored to meet the spectrum of
low tempo (4 aircraft operations per hour) through high tempo (60
aircraft operations per hour) operation. (11) Be Year 2000 (Y2K)
compliant. (12) Be interface compatible with DoD Advanced Automation
System (DAAS)/Standard Terminal Automation Replacement System (STARS)
and mirror DAAS/STARS functionality to the maximum extent possible.
(13) Meet an operational availability of 99% or better, per subsystem,
per month. Interested Contractors desiring to do business with the Air
Force shall be registered in the DoD Central Contracting Reporting
System at time of contract award. Please direct any questions on this
NOCA to ESC/GAK, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103;
Attn.: Ms. Christine Baron, Contracting Officer (Tel: 781-377-9304;
e-mail: Christine.Baron@hanscom.af.mil) or Capt. Chris Barker,
Contracts Manager, ESC/GAK, (781-377-9011; e-mail:
Christopher.Barker@hanscom.af.mil). This notice of intent is not a
request for competitive proposals. The Government anticipates Request
for Proposal release on or about 3 February 2000 with contract award
May 2000. This NOCA does not constitute a Request for Proposal, and it
does not restrict the Government as to the ultimate acquisition
approach, nor should it be construed as a commitment by the Government.
An Acquisition Ombudsman, Colonel Steven H. Sheldon, Director,
Commander's Staff, has been appointed to hear concerns from offerors or
potential offerors during proposal development. You should only contact
the Ombudsman with issues or problems you cannot satisfactorily resolve
with the program manager and/or contracting officer. The Ombudsman role
is to hear concerns, issues, and recommendations and communicate these
to the appropriate government personnel. The Ombudsman will maintain
strict confidentiality if desired. The Ombudsman does not evaluate
proposals or participate in source selection. You can contact the
Ombudsman at (781) 377-5106. See Note 26. Posted 01/12/00 (D-SN415452).
(0012) Loren Data Corp. http://www.ld.com (SYN# 0229 20000114\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|