Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

99 -- Single Source for Radio Control Equipment

Notice Date
1/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-330 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
4552
 
Response Due
3/30/2006
 
Archive Date
4/29/2006
 
Description
Brief abstract: The FAA controllers currently use an audio path for the Air/Ground (A/G) communications between control facilities and remote radio communication facilities to communicate with aircraft. Pursuant to AMS policy 3.2.2.4, the FAA is notifying the public that it is our intent to extend the period of performance under General Dynamics C4 Systems (GDC4S) contract DTFA01-97-D-03005 for an additional three (3) years under the authority of AMS Section 3.2.2.4.1, Single Source Selection Procurement Process, subpart 3.2.2.4.1.2, Non-emergencies. The contract period of performance will be from June 14, 2006, through June 13, 2009. The estimated cost of the contract modification exceeds $100,000. After reading the technical and programmatic requirements listed below, interested parties who have the requisite capabilities to fulfill this requirement are invited to submit a letter of interest and capability statement describing the equipment and wherewithal to maintain this FAA RCE equipment, once fielded, to rita.mcnair@faa.gov no later than January 27, 2006. Currently the FAA has fielded approximately 18,000 units of RCE through the National Airspace System (NAS). The FAA requires similar equipment to provide voice and control signals between switches at the control sites and radios at the remote sites. The total requirement over the 3-year period is estimated to be an additional 800 to 1200 units (400 to 600 channels, half control and half remote units). The additional equipment will support the Communication Facility Enhancement (CFE), Air Traffic Organization (ATO-T), and sustain future Radio Control Equipment (RCE) program requirements. This product needs to be capable of interfacing to all the FAA switch types without any modification to existing interfaces, and capable of interfacing to FAA radios at the remote sites without any modifications. The vendor's RCE needs to be capable of providing voice and control signals from the control site to the remote site and vice versa with a minimum telecommunication path of one VG6 grade line or equivalent. At a minimum, the vendor's RCE should be able to provide the following: ?? Audio and control signals path both in transmit and receive direction. ?? Support two separate frequencies. ?? Cold (manual switching) and hot backup (automatic switching without any loss of the air traffic controller's message) communication between the control and remote sites. ?? Push-to-talk (PTT) signaling. ?? Squelch break and AGC signals. ?? Muting audio both at the control and remote sites. ?? Adjustable attenuation of audio with adjustable timing at the remote sites for the purpose of alleviating the receiver's pop back. ?? Main/Standby (M/S) signaling to switch between main and standby radios. ?? Primary/back-up operation (one control site controlling one remote site). ?? Dual control operation (two separated control sites capable of controlling/sharing one remote site). ?? Separated Transmitter and Receiver operation (One control site controlling two separated remote sites). ?? Split Voice and Data operation (separate path for each voice and data instead of data over voice). ?? Ability to Emulate 2 RCEs ?? Semi-split frequency operation (when only one frequency is communicating at a time be able to route that received audio frequency from the remote site to only the same frequency output at the control site. ?? Remote Maintenance Monitoring (RMM), control and monitoring of the RCE channels remotely. ?? Interface connectors in the front and back panel of the equipment to interface with the FAA MDTs and the Centralized Maintenance System (CMS) - presently DB-9 connectors. ?? Compatible with the current FAA RCE CMS operation (control and monitoring). The vendor is required to provide Logistical Support, Technical Services, Training and a 10-year warranty to support the equipment. In addition, the contractor will also be responsible for Engineering and Technical Support services to include, but not limited to, the following for future RCE units: ?? Technical Instruction Books (TIBs) modifications ?? Configuration Control Management ?? Status reports, monthly exchange and repair (E&R) line replacement unit (LRU) reports ?? Failure Reporting ?? LRU Repair
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4552)
 
Record
SN00962299-W 20060108/060106211930 (fbodaily.com)
 
Source
FedBizOpps 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.