The RFP Database
New business relationships start here

Engineering Support for Modernization of Air Traffic Control System


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

Currently, the FAA has a contract with Ohio University Avionic Engineering Center (Contract DTFAWA-10-D-00020) for engineering support services in connection with the modernization of the Air Traffic Control (ATC) System. The period of performance, including all options, ends May 14, 2015. The FAA has a continuing need for the services furnished under this contract. The purpose of this survey is to determine if there are responsible sources, other than the incumbent, capable of providing these services. At this time the nature of the competition has not been determined. The FAA may decide to conduct a full and open competition; The FAA may decide to extend the term of the existing contract or enter into a new contract with Ohio via a sole source procurement. This announcement is for the purpose of soliciting statements of interest and capabilities from interested vendors. All sources must have recent experience and competency in the areas described below.

This market survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. This is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The responses to this market survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submittal is solely at the interested vendorbs expense.

The FAA requires the services of a Contractor with personnel who possess the expertise to carry out the following tasks:
1. Ground Based Landing Systems: The Contractor must possess the ability to conduct a broad range of Instrument Landing System (ILS) performance analyses.
2. Ground Based Navigation Systems: The Contractor must possess the ability to conduct a broad range of Very High Frequency Omni Directional Range (VOR), Distance Measuring Equipment (DME), Very High Frequency Omni Directional Range and Tactical Air Navigation (VORTAC), Non-Directional Beacon (NDB), and Long Range Navigation (LORAN) performance analyses.
3. Approach Lighting Systems: The Contractor must possess the ability to provide technical support to the Government in the research, evaluation, site analysis, installation, implementation, and testing of approach lighting systems (ALS) and ALS New Technology Initiative.
4. NEXGEN and Required Navigation Performance (RNP) Transition Support: The Contractor must conduct analysis and testing in support of the FAA's transition from ground based navigation and landing to satellite based. These tests and analysis will include technical as well as air traffic aspects of the transition.
5. Navigation and Landing Systems Support: The Contractor must provide technical support in specifying, analyzing, testing and evaluating existing, new, and emerging technologies, capabilities and systems associated with or impacting aircraft navigation and landing.
6. Draft Written Reports: The Contractor must submit written reports, specifications and safety risk management documents (SRMDs) in connection with the tasks listed above.

To accomplish these tasks, the Contractor must have the capability to establish and maintain a Research and Development (R&D) facility (Lab) and a Test and Evaluation (T&E) facility (field site) representative of actual airport operations. The R&D facility must be equipped to prototype and bench test new concepts, equipment, and systems. The T&E facility must be available for installing, field testing and evaluating various navigation, landing and lighting systems during 12 months of the year. In addition to these facilities, the Contractor must have instrumental aircraft available that are capable of detailed flight evaluations that are compatible with the FAA flight inspection formats and procedures for the VOR, DME, TACAN, LORAN, ILS, and GPS guidance signals.

The principal North American Industry Classification code for this work is 541330-$14.0M Engineering Services. The planned period of performance for this effort is five years with a base period of one year and four one year options. The estimated level of effort for this contract is 10,000 hours yearly.

Interested parties must submit the attached Business Declaration form and a Capability Statement. This statement should show that the respondent has the requisite personnel, facilities and experience to successfully accomplish the tasks contemplated by this contract. The statement must not be more than 10 pages.

Attached is a draft of the statement of work. Respondents are encouraged to review the statement of work and provide comments. Responses to this market survey and must be received by November 21, 2014. Responses must be emailed to the address below.

Larry.Mendelson@faa.gov
Telephone: (202) 267-9902

                                        
                                        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/18399 to view the original announcement.

Larry Mendelson, larry.mendelson@faa.gov, Phone: 202-367-9902

Click here to email Larry Mendelson

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP