Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SPECIAL NOTICE

99 -- Remote Monitor and Control of Navigation Aids (NAVAIDS)

Notice Date
9/13/2004
 
Notice Type
Special Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
DON-SNOTE-040913-002
 
Archive Date
10/15/2004
 
Description
The Space and Naval Warfare Systems Center (SPAWARSYSCEN), Charleston Air Traffic Control (ATC) Systems Engineering Division, Code 66, is soliciting information from potential vendors to provide a non-developmental item (NDI), commercial-off-the-shelf (COTS) product to remotely monitor and control navigation aids (NAVAIDS). The objective of the government is to acquire an NDI product that is currently in an operational ready state, capable of monitoring and controlling NAVAIDS, and interfacing the product to the Navy AN/FYC-22A Visual Information Display System (VIDS). Interfaces required include: ? Tactical Air Navigation (TACAN) (AN/URN-25, AN/FRN-42) ? VHF Omni-Directional Range / Tactical Air Navigation (VORTAC) (AN/FRN-46) ? Non-Directional Radiobeacons ? Radio Frequency (NDB / NDB-RF) (AN/FRN-39, FA-9781) ? Instrument Landing System (ILS) (Wilcox Mark 1E, 1F, 20, 20A) VIDS provides a system solution to modernizing ATC facility systems, utilizing open-system, modular, and scalable architecture, making it adaptable and supportable to all environments. The offered product will co-exist with VIDS, and be site-installed and configured by the government on the same hardware/software platform. An interface for reporting equipment and system alarms to VIDS for display and processing is desired. Responses must include the following: 1. Name and address of firm; 2. Size of business, including: average annual revenue for past three years and number of employees; 3. Ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUB Zone, Disabled Veteran-Owned, and/or Veteran-Owned Business; 4. Number of years in business; 5. Two points of contact, including: name, title, phone, fax, and e-mail address; 6. Data Universal Numbering System (DUNS) Number (if available); 7. Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); 8. A list of customers (not more than five) for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and customer point of contact with phone number (this information is required to verify performance; 9. The following offered product(s) information: a. Product(s) description. Include developed NAVAID interfaces and locations where each interface is currently deployed. Include operating system, application system, display/performance capacities, RMA, and a list of available product documentation. The description must clearly show which interfaces have been developed and deployed, and provide reference sites for each developed interface. Base or list pricing information should also be provided. b. Application software. Include a description of software standards used in developing the product(s)/interface(s). Address adherence to SEI-CMM/CMMI and/or ISO-9000 processes. c. Support and maintenance capability. Describe support available, including both maintenance and training. Address ability for government access to product source code should the vendor decide to drop the product sometime in the future or should the government decide to utilize third party maintenance support. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required product and services necessary to meet or exceed the stated requirements. There is a page limit of five (5) on data submitted. Do not include any support documentation for any company other than your own. This is an analysis of your company abilities and what it can or cannot perform. Responses shall be submitted to Deborah D. McNeely, Space and Naval Warfare Systems Center Charleston, P.O. Box 190022, Code 0216DM, or via e-mail to deborah.mcneely@navy.mil. This notice is for information and planning purposes only and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, nor any follow-up information requests. Respondents will not be notified of the results of the evaluation. The applicable North American Industry Classification System (NAICS) code is 334511. The closing date for responses is 15 October 2004.
 
Web Link
Click on the link to view the special notice
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navgenint.nsf&whichdoc=1134E4AFE2865A0088256F0E006A537F&editflag=0)
 
Record
SN00671487-W 20040915/040913212558 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.