Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2002 FBO #0364
SOLICITATION NOTICE

99 -- Title: Oceanic System Maintenance and Support(OSMS)

Notice Date
11/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, Office of Acquisitions, ASU-350 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
2860
 
Archive Date
1/15/2003
 
Point of Contact
Mary Dobbs, (202) 366-5050
 
E-Mail Address
Email your questions to mary.dobbs@faa.gov
(mary.dobbs@faa.gov)
 
Description
The Federal Aviation Administration (FAA), Oceanic and Offshore Integrated Product Team (IPT) has a requirement for maintenance, site support, and contractor maintenance and logistics support (CMLS) of the Oceanic System Development and Support (OSDS) hardware and software. The OSDS system consists of a variety of interfaced subsystems that provide flight data processing, situation display, flight data input and output, and air-to-ground and ground-to-ground data link for oceanic air traffic control at the New York Air Route Traffic Control Center (ZNY), and the Oakland Air Route Traffic Control Center (ZOA). Life cycle hardware and software maintenance for OSDS is provided from the oceanic laboratory located at the William J. Hughes Technical Center (WJHTC) in Atlantic City, New Jersey. Raytheon Systems Company (RSC) is the current contractor providing these services; therefore, RSC will not be required to submit documentation evidencing their capabilities. The intent of this announcement is to permit companies that may possess the technical knowledge, skills, and abilities to maintain and support the OSDS system to provide specific information as to their capabilities. Should the FAA conclude that a sufficient number of companies possess the unique technical abilities required, the FAA may determine to conduct a competitive procurement and release a "Request for Offer-Screening Information Request (SIR)." Interested companies are required to submit documentation evidencing the possession of each of the following demonstrated capabilities and qualifications, which are all equally important: 1. Experience in the development, maintenance, and/or testing of air traffic control automation software. This must include sufficient knowledge of oceanic air traffic control procedures and National Airspace System (NAS) interfaces with oceanic automation to be able to diagnose OSDS automation problems, recommend options to resolve problems, and modify the software (primarily written in C++) to implement the chosen solution. 2. Experience in the development, maintenance, and/or testing of the FAA's flight data processing software (i.e., HOST, ODAPS, or OFDPS), including experience in programming in JOVIAL to provide corrections or changes to the software. 3. Experience in providing 24/7 on-site hardware and software maintenance at an operating air traffic control facility, with workers on-call to provide repair services within two hours of notification. 4. Experience in hardware CMLS for a complex distributed computer system including associated servers, lans, monitors, and peripherals, that required both the maintenance of on-site spares and of a second-level depot facility for repair or replacement. 5. Proof of ISO 9001 and/or CMM Level 3 Certification. The Contractor will be required to furnish labor, facility, material, special tools, parts, and test equipment to perform software and hardware maintenance and CMLS on the OSDS systems located at the New York and Oakland ARTCCs and at the Technical Center in New Jersey. The anticipated contract type for this procurement is Time and Materials. The total period of performance is four years; a one-year base period and three one-year option periods to be exercised at the sole discretion of the Government. Responses to this market survey are to be submitted directly to: Mary D. Dobbs, Contracting Officer, marked "OSMS Market Survey", and to be received by 5:00 p.m. EST on January 13, 2003. Facsimile and electronic mail responses are not acceptable. Companies that submit technical capabilities statements that fail to demonstrate possession of any of the five qualification factors, or fail to meet the response deadline will not be considered for distribution of any resulting solicitation. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. Any proprietary information should be marked. Also, this announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. POC: Mary D. Dobbs, Contracting Officer, 400 7th Street, S.W., Plaza Level 200, Washington, DC 20590. Tele: (202) 366-5050.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00212934-W 20021201/021129213151 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.