The RFP Database
New business relationships start here

Advanced Technologies and Oceanic Procedures (ATOP)


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1.0    Introduction

ATOP is an Air Traffic Control (ATC) automation system that supports oceanic and offshore airspace with capabilities that include:

b"    Primary and secondary radar,
b"    Automatic Dependent Surveillance - Broadcast (ADS-B),
b"    Automatic Dependent Surveillance b Contract (ADS-C),
b"    High Frequency (HF) Radio Operator Interface,
b"    Controller-Pilot Data Link Communications (CPDLC),
b"    System-maintained electronic flight data,
b"    Air Traffic Services (ATS) Interfacility Data Communications (AIDC) support, and
b"    Automated conflict detection for a seamless ATC environment for the controller.

The system provides functionality to reduce controller workload and separation minima, thereby increasing airspace capacity. This planned procurement provides services to include software maintenance, software enhancements, depot support, system engineering, training and technical support, and provides options for Next Generation (NextGen) oceanic-related capabilities, offshore solutions, and technical refresh. The definitions of these tasks are available in the ATOP contract statement of work, and it is available upon request.

Out of an estimated ATOP contract value of $992 million, the FAA has obligated a total of $620 million as of March 26, 2019 and plans to invest more to integrate future NextGen capabilities into the oceanic environment. The Federal Aviation Administration (FAA or Agency) anticipates that the ATOP platform will be used for an extended period, until it will be replaced by a new system. As long as the ATOP architecture and software performance allows the system to satisfy the foreseeable future oceanic ATC requirements, sustaining and enhancing the existing ATOP platform is the most cost efficient approach to providing oceanic ATC services.

In the future, new requirements or system/software performance degradation will necessitate the need to replace the ATOP system in its entirety. The NextGen organization assesses future requirements and the impact to the existing automation systems, so that if the need to replace the existing system is determined, it will be identified years in advance to allow for the formulation and execution of the new program. At this time, there is no technical requirement necessitating a replacement of the ATOP platform. The Agency envisions that the ATOP platform operational usage will continue for an additional 10 to 15 or more years.

The existing ATOP contract is scheduled to end on July 31, 2021. The FAA plans to have a contractual resolution for the sustainment and enhancement of the ATOP system prior to the end date of the existing ATOP contract. Further, to avoid the risk of disruption to ATOP critical services, a viable candidate must detail their capability of performing all aspects of the ATOP contract tasks starting August 2021, and must show their ability to overcome all challenges, such as the data rights, or provide alternate solutions. If no viable candidates are found via the Market Survey that adequately address all of the contractual and program risks/challenges, a contract extension with the incumbent will be considered.


2.0    Market Survey Objective

The purpose of this Market Survey is to identify potential candidates with system integrator capabilities and knowledge of industry, and to determine the level of competition in supporting the FAAbs future needs to sustain and enhance the existing ATOP system. Potential vendors must demonstrate the ability to perform the tasking currently under contract to Leidos through July 2021 and summarized below, and demonstrate their ability to access the restricted data rights source code or provide alternate solutions, knowledge, ability, and competitive pricing. This market survey is conducted in accordance with Acquisition Management System (AMS) Policy section 3.2.1.2.1.

Sustainment of ATOP

The following activities are within the planned scope of ATOP Sustainment:

b"    24/7 second level engineering technical support (analysis and engineering support) for ATOP system help desk and site identified ATOP issues
b"    Software maintenance
o    Design/develop/integrate/test software changes to resolve software maintenance issues (~4500 Source Lines of Code (SLOC) per year)
o    Design/develop/integrate/test software Problem Trouble Report (PTR) fixes for identified latent defects (~4500 Problem Report with Engineering Direction (PRED)/PTRs SLOC per year)
b"    System adaptation support
b"    Specialty engineering support (security, safety, system performance, and Reliability/Maintainability/Availability (RMA)) analysis and process activities for each software release and all tech refresh efforts
b"    Quality assurance and configuration management processes and activities to support the ATOP sustainment activities
b"    Contractor Depot Logistics Support (CDLS) for the ATOP system
b"    ATOP lab hardware, software, and system administration support (William J. Hughes Technical Center (WJHTC) and contractor facilities) to support ATOP maintenance and development activities
b"    Regression testing program to identify any software code breakage or regression during development
b"    Engineering, development, test, and deployment of tech refresh solutions for hardware, Commercially Available Software (CAS) products, and affected ATOP software as determined by the establishment of new FAA programs for ATOP Tech Refresh
b"    Updates to all ATOP system documentation (technical and training) impacted by sustainment development activities
b"    Program management support of the sustainment contract effort

Enhancement of ATOP

The following activities are within the planned scope of ATOP enhancements:

b"    Design/develop/integrate/test software and hardware changes to implement NextGen initiatives in the operational ATOP system
b"    Design/develop/integrate/test software changes, as needed, by other programs that may not be included in NextGen initiatives
b"    Specialty engineering support (security, safety, performance, and RMA) for each software release supporting enhancement activities
b"    Regression testing activities to identify any software code breakage or regression
b"    Quality assurance and configuration management processes and activities to support the ATOP sustainment activities
b"    Updates to all ATOP system documentation (technical and training) impacted by enhancement development activities
b"    Program management support of the enhancement contract effort

Software Deliveries to Support Sustainment and Enhancements

b"    Deliver the ATOP software releases with new functionality (including NextGen capabilities for the ATOP system), maintenance issue resolution, and software defect fixes (PTR fixes) in accordance with the planned ATOP Release Schedule


3.0    Conditions and Requirements

The FAA will use the information received from this market survey to determine if there is viable industry competition for a new ATOP contract procurement with proper access to the restricted data rights software to sustain and enhance the ATOP system. The FAA is aware of the following conditions and requirements associated with sustaining and enhancing the ATOP system.

These conditions and requirements include but are not limited to:

1.    Restricted ATOP Software Data Rights. The Government does not have unlimited data rights for all software necessary to sustain and enhance ATOP. In addition to Computer Application Software (CAS) with commercial software license rights, there are restricted rights to the Adacel-developed software. Adacel controls the CAE Inc. restricted rights software that is used for general ATOP system services. Also, the Sunhillo software that enables communication between the ATOP processors and external devices has restricted rights.
Potential vendors must show that they have access or agreements with Adacel and Sunhillo for access to all of the ATOP software needed to maintain and enhance the system.


2.    ATOP System Availability Requirements. As one of the most critical systems in the NAS, it is imperative to satisfy the ATOP system availability requirements. Any ATOP outage has a significant impact to the NAS and likely results in significant delays and monetary impacts to the aviation industry and passengers. As such, the objective is to provide continuous service for all operational ATOP systems and expeditiously respond to and resolve ATOP site issues impacting service availability. As a result, the award of the new ATOP contract must not result in increased risk to satisfying the ATOP system availability requirements (0.99999) and overall NAS capability and availability.

3.    Limited Overlap with ATOP Incumbent. The Government plans for a limited overlap of the existing contract with the award of any new contract. This anticipated duration is constrained by budget and Government resource limitations.

4.    Comprehensive Software Design Knowledge of ATOP Software Code for Maintenance Support. Acting as the system integrator, the new contract vendor must be capable of providing full coverage of all operational software in order to respond to possible system software issues impacting system availability. For latent software defects impacting service, the vendor must be capable of determining the problem and developing the necessary fixes so that the impact to the operational systems can be remedied as soon as possible.

5.    Proficiency with ATOP Development Environment Tool Sets. The ATOP development environment includes Microsoft Access Database (requirements management), Sparx Enterprise Architect and Atlassian Crucible (software design and inspection), and Atlassian Bitbucket Server (software configuration management). The development environment contains the tools needed to deliver the ATOP system software, documentation, and support tools for each ATOP software release. Therefore, the ATOP development team for the new contract vendor must be proficient on all of the ATOP development environment tool sets.

6.    Comprehensive Engineering Knowledge of the ATOP System to Support ATOP System Service Restoral. The new contract vendor must provide a group of system engineers, system architects and software architects that have a detailed knowledge of all aspects of the ATOP system design, including the detailed software functionality and relationships within the design, and its external interfaces. The contractor will be responsible for 24/7 ATOP second-level engineering support in the case of the loss of service or a significant problem at any ATOP site. This group must support 24/7 availability and be capable of quickly assessing the problem, identifying solutions, coordinating with the site to restore operational service as quickly as possible in order to minimize the impact to the NAS and ATC services.

7.    Comprehensive Engineering Knowledge of the ATOP System to Support Design and Integration of New Enhancements. The new contract vendor must be capable of engineering and developing solutions that integrate new capabilities into the existing ATOP system.

8.    Knowledge of ATOP Hardware/Linux/CAS. The new contract vendor must have detailed knowledge of all aspects of the existing ATOP hardware/operating system/CAS.


4.0    Attachments

Attachment 1: Interested Parties Information List
Attachment 2: Business Declaration Form



5.0    Market Survey Responses

This announcement is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The FAA is not seeking or accepting unsolicited proposals. This announcement is not to be construed as a commitment by the government for a procurement. This market survey is not a request for competitive proposals. No evaluation letters or results will be issued to respondents.

The FAA is not liable for and will not pay for any information received or costs, including administrative costs, incurred associated with the formulation, preparation, write-up, submittal and delivery of a response to the market survey and any follow-up questions. Therefore, any cost associated with the market survey submission is solely at the interested companiesb expense.

Market Survey Requested Information

This information request is a fundamental part of the market survey. Please appropriately mark any information deemed proprietary in the market survey submission. The information provided in the market survey response will only be used for internal decision and strategic planning purposes. If any vendor believes it has the capability to satisfy this requirement, please submit a Capability Statement in accordance with the instructions below that clearly states how it will be able to do so. Any such response must include details regarding the following:

1.    Describe how your company can sustain and enhance the ATOP system. Respondents to this survey must address the eight conditions and requirements listed in section 3.0 of this market survey and any other challenges of which you are aware.

2.    Describe any past efforts in which your company has assumed responsibility for an existing operational system (with system size, complexity and sustainment/enhancements requirements similar to ATOP) that was developed by another company but transitioned to your company for sustainment/enhancement support after completion of initial deployment.


6.0    Submittal Requirements

The response is limited to 20 8B=b-by-11b pages, with a font size no smaller than 10. Participants may use existing technical and/or advertising material of products to demonstrate their knowledge and ability to sustain and enhance ATOP.

The Government reserves the right to ask follow-up questions on the market survey submissions as part of the market survey process. This is not a commitment by the Government to ask follow-up questions. Follow-up questions may be asked on all, some, or none of the submissions as the situation warrants. Follow-up questions may not necessitate the posting of another market survey.

Delivery of Submittals

Please provide your submittal by email. All submissions must be received no later than 5:00 pm Eastern Standard Time (EST) on June 04, 2019. The FAA will not consider responses received after this due date and time. All submissions must be sent to the Contracting Officer (CO), Osita Umeh (Osita.Umeh@faa.gov). Questions may be directed to Osita Umeh via email and are due no later than 5:00 pm EST on May 16, 2019. Please use bATOP Markey Surveyb in the subject line and include your company name and contact information in your e-mail.

For any entities who would be interested in supporting the current prime contractor Leidos with this requirement, please submit the attached interested partiesb information sheet and the attached Business Declaration form, and provide a copy of your SBA 8(a) certification letter if applicable. For small businesses, this effort would be under the principal North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services, with a size standard of $25 M. Based on feedback from industry, the FAA will create a list of interested parties and provide the list to the prime contractor for its consideration. All interested parties will be included on the list for the purpose of promoting subcontracting/teaming.
                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/33343 to view the original announcement.

Osita Umeh, osita.umeh@faa.gov, Phone: 202-267-0582

Click here to email Osita Umeh

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP