Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

99 -- Sources Sought

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJP-7551 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
4624
 
Response Due
3/3/2006
 
Archive Date
4/2/2006
 
Description
The William J. Hughes Technical Center is performing a market survey to seek sources for a potential contract. At a minimum, the contractor must have ten years of the experience described below. If you feel that your company can meet these qualifications, please mail your capability statement to: FAA, William J. Hughes Technical Center, ATTN: ACX-51 (Cindy Hische), Atlantic City International Airport, Atlantic City, New Jersey 08405. You also may e-mail this information to cynthia.hische@faa.gov. No telephonic information will be given and no information will be given by the requiring activity. 1. Involvement in RTCA SC-159 WG-4. A demonstrated knowledge of the work performed by SC-159, WG-4 from both a historical perspective and the status of the LAAS MASPS, MOPS, and ICD is mandatory. Also, a complete understanding of the recent changes to the MOPS and ICD and the subsequent affect to the LGF Specification, FAA-E-2937A, is critical. 2. The ability to understand and articulate the flow-down of requirements from the LAAS MASPS to the LGF specification, RTCA MOPS, and ICD is critical. This includes how allocations are made between the H0 and H1 Hypothesis stated in the MASPS and the allocation to ranging source faults, as found in the FAA-E-2937A. 3. The ability to relate MASPS, MOPS, ICD and LGF specification to ICAO Annex 10 SARPs is critical. 4. The ability to perform trade-off analysis in integrity and continuity requirements is critical. 5. An in-depth understanding of the FAA LAAS operational requirements and how they pertain to the flow-down of requirements to the LGF specification to support analysis of system safety, availability/reliability, continuity, and time-to-alarm. 6. The ability to evaluate manufacturers' proposed integrity algorithms and designs based on a working knowledge of the requirements is critical. 7. The ability to analyze the various integrity monitors identified for LAAS and address issues related to missed detection and prior probabilities as they apply to ranging source failures.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4624)
 
Record
SN00990485-W 20060219/060217211955 (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.