Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

99 -- ASR-9 Service Life Extension Program

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-320 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
3135
 
Response Due
7/8/2003
 
Archive Date
8/7/2003
 
Point of Contact
Gerald Boyer, 202-267-3689
 
E-Mail Address
Email your questions to gerald.boyer@faa.gov
(gerald.boyer@faa.gov)
 
Description
The FAA has an evolving requirement for a Service Life Extension Prog= ram (SLEP) to extend by 20 years, the service life of the Airport Surveilla= nce Radar Model 9 (ASR-9). Included is the requirement to either extend th= e service life of co-located Mode Select Beacon System Sensor (Mode S) syst= ems or utilize an alternative. In preparation for meeting these requiremen= ts, the FAA is completing a preliminary design study of the components and = configurations of those systems to determine how they are best changed, wit= h use of commercial off the shelf parts, in order to assure operational sup= portability while increasing reliability, easing maintainability and reduci= ng ownership costs. The FAA is also completing an engineering model to pro= of design concepts in actual hardware and software. Those events constitut= e the first phase of meeting the SLEP requirements. The FAA is now entering= into a second or production/implementation phase. It is planned for this = phase to include the final development, test, production, delivery and inst= allation of equipment. Included also are training, engineering and logisti= cs support. Requirements of this phase include the following: =C2=A7=09Extending the Service Life of the ASR-9 and Mode S (or utilizing a= n alternative secondary system) to at least 2025 by solving current and fut= ure supportability issues. =C2=A7=09Providing for improved reliability and easier maintenance of both = the primary and secondary systems. =C2=A7=09Reducing cost of ownership. =C2=A7=09Providing a platform that will support the implementation of futur= e requirements. =C2=A7=09Utilizing Commercial-Off-the-Shelf (COTS) and non-proprietary non-= COTs hardware and software to the fullest extent possible. =C2=A7=09Using an open system architecture that provides seamless portabili= ty to next generation COTS processors, is compatible with future technology= insertion, and maximizes commonality of components between the ASR-9 and a= secondary radar system. =20 The purpose of this announcement is to: =C2=B7=09Announce the Government=E2=80=99s readiness to enter into this nex= t phase of the SLEP, and gauge industry capability and interest in actively= participating in a competitive procurement.=20 =C2=B7=09Make known the availability to industry of data generated from the= first phase of the SLEP, and allow industry time to become familiar with t= hat information and with the respective systems. =20 =C2=B7=09Engage industry in dialogue with respect to the aforementioned dat= a and FAA plans. =20 =C2=B7=09Make public the following WEB site: www1.faa.gov/ats/atb/sectors/s= urveillance/asr9slep Vendors interested in participating in a competitive procurement for the se= cond phase are requested to submit a capabilities statement not to exceed 1= 0 pages in length. It is requested that this statement address the followi= ng: =20 =C2=B7=09Provide a synopsis of experience with either primary or secondary = digital radar systems, with particular focus on design and modification. =20 =C2=B7=09Provide a synopsis of experience with developing and implementing = major hardware and software modifications to operational radars and real-ti= me data processing systems within the National Airspace System. =C2=B7=09Provide a synopsis of experience in updating complex systems for t= echnology insertion. The FAA will not use the capabilities statements to screen or down select. = Rather, they will be used to determine the range of vendor interest, exper= ience and capability. Also, vendors who submit the required capabilities s= tatement will be provided with a compact disk that provides documentation i= n significantly greater detail than is available via the WEB site. Additio= nal information will be provided as it becomes available.=20 This is not a request for offers, nor is it the Government=E2=80=99s intent= ion to use this as a screening device for any such future requests. Howeve= r, the Government may invite selected vendors for follow up discussions. I= nterested vendors should provide their capabilities statements via e-mail t= o the Contracting Officer at: gerald.boyer@faa.gov. They may also be provided to the following address. Federal Aviation Administration=20 800 Independence Ave. S.W. Washington, D.C. 20591 Attn: Gerald Boyer ASU-320
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00340695-W 20030607/030605213307 (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.