Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

99 -- Advanced Technologies and Oceanic Procedures (ATOP) Maintenance Support

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-07-R-77909
 
Response Due
5/18/2007
 
Archive Date
6/17/2007
 
Description
The Oceanic and Offshore (O&O) Program Operations has developed and deployed the ATOP system at the Oakland, New York, and Anchorage Air Route Traffic Control Centers (ARTCCs). The ATOP automation system creates a single, satellite-based, integrated oceanic ATC system for all three oceanic sites. The deployed system makes use of the latest communications and surveillance technology, provides integrated radar data processing capability, and delivers enhanced conflict probe to achieve reduced aircraft separation. To successfully maintain and enhance the ATOP system, the O&O Program Operations requires contractor provided staff beyond the levels currently identified in the ATOP contract. These resources are necessary to provide field maintenance support at the Oakland, New York, and Anchorage ARTCCs and provide on-going second level engineering support at the William J. Hughes Technical Center (WJHTC). The O&O Program Operations has identified the need for this staffing to occur from the August 2007 to July 2011. The minimum technical software and hardware support capabilities are as follows: 1. Field Maintenance Support ??? Provide hardware remove and replace support for IBM RISC processors, Sony Displays, Cisco Switches, and ATOP related equipment. ??? Provide software maintenance and system administration for AIX systems ??? Provide problem determination analysis for the ATOP system components (Ocean21, Sunhillo, Micro-EARTS, and Barco Tellar) using ATOP tools such as FAA maintenance procedures, System Wide Analysis Capability (SWAC), DR&A database (Requires Source Code access from LMTSS, Adacel, and Sunhillo). ??? Package and test local ATOP software builds. ??? Create and modify site specific ATOP adaptation (Some activities require Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Support ATOP training activities at the three oceanic sites. 2. Second Level Engineering ??? Perform ATOP system builds (Requires Source Code access from LMTSS, Adacel, and Sunhillo). ??? Utilize ATOP support and analysis tools and interpret data collected (Requires Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Perform Government-directed PTR corrections (Requires Source Code access from LMTSS, Adacel, and Sunhillo). ??? Develop Government-directed NAS Change Proposals (Requires Source Code access from LMTSS, Adacel, and Sunhillo). ??? Develop technical instructions for the implementation of modifications. ??? Utilize adaptation tools and create/modify adaptation databases. ??? Respond to FAA Help-Desk inquires or requests for assistance. ??? Perform configuration management and maintenance of commercially available software used with the Ocean21 system. ??? Support/Conduct PTR verification testing activities at the WJHTC, contractor facility or field sites (Some activities require Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Support/Conduct PTR regression testing activities at the WJHTC, contractor facility or field sites (Some activities require Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Support/Conduct baseline regression testing and test suite development activities at the WJHTC, contractor facility or field sites (Some activities require Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Support/Conduct key site testing activities at the field sites (Some activities require Source Code tool access from LMTSS, Adacel, and Sunhillo). ??? Develop ATOP test scenarios. The anticipated contract type for this procurement is a mixture of Time and Material and Firm Fixed Price. The total period of performance is 4 years and the estimated increase in contract value per year is $20,000,000.00. Interested vendors shall respond with a technical statement of experience and proven capabilities of working technically equivalent systems in a similar environment, and a proven record of providing timely and efficient support services. Vendors must address the software and hardware support capabilities identified above. Vendors shall also provide a transition plan detailing the steps necessary to transfer the support work without impacting system deployment and maintenance support to the three sites and the WJHTC. Submitted documentation must not exceed 20 pages in length on single sided 8 ?? by 11 inch paper. The FAA will not pay for any information received or costs incurred in preparing the response to this announcement. Any proprietary information should be marked. 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. Responses must be received by no later than May 17, 2007. If interested, and capable of meeting all requirements, please contact the contracting officer, Osita Umeh, via e-mail at osita.umeh@faa.gov.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5651)
 
Record
SN01285753-W 20070504/070502221906 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.