Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

99 -- Runway Status Lights System (RWSL)

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-461 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
5995
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
Description
The Federal Aviation Administration (FAA), in a continuing effort to improve runway safety, has identified the need to implement RWSL Systems at selected airports. The purpose of this announcement is to inform interested industry participants of the FAA plans to procure the RWSL System in FY08. RWSL will directly aid in furthering the FAA mission goal of enhancing runway safety while maximizing operational efficiency and ensuring airport capacity. RWSL offers a means of reducing runway incursions considered as one of the most important aviation safety initiatives critical to improving runway safety and accident prevention. The RWSL System integrates airport lighting equipment with approach and surface surveillance systems to provide a visual signal indicating to pilots and vehicle operators that it is unsafe to enter/cross or begin takeoff on a runway. Airport surveillance sensor inputs are processed through light control logic that commands in-pavement lights to illuminate red when there is traffic on or approaching the runway. The FAA has tested and proven the concept of RWSL and the viability of existing technologies via prototype systems currently in operation at Dallas Ft. Worth and San Diego airports. The main system components include: ??? The RWSL Processor: The processor determines the appropriate activation and deactivation of the Runway Entrance Lights (RELs) and Takeoff Hold Lights (THLs) and sends the appropriate commands to the Field Lighting System (FLS). ??? RWSL FLS: The FLS includes a light control computer, in-pavement light fixtures, and all light system circuitry. The FLS receives the light commands and illuminates and extinguishes the lights as commanded by the RWSL Processor. o RELs indicate that a runway is unsafe to enter o THLs indicate that a runway is unsafe for departure The anticipated procurement of the RWSL system is expected to include the following requirements: ??? Develop the source code required to enable the RWSL Processor to perform the RWSL light control functions and to interface with the existing surface surveillance system and the FLS, ??? Installation of RWSL FLS at designated airport runways/taxiways, ??? Integrate the RWSL Processor and RWSL FLS so as to achieve FAA standards applicable to a fully operational component of the NAS, ??? Development, production, and field testing of a RWSL prototype (First Article), ??? Production, delivery, and installation of RWSL systems defined as production deliverables, ??? Logistics including training development and engineering support. ??? Utilization of Commercial-Off-The-Shelf (COTS)hardware and software to the maximum extent possible The specific objectives of this public announcement are as follows: ??? To inform interested industry participants that the FAA has identified the procurement of RWSL as a planned acquisition in FY08. ??? Gauge industry capability and interest in actively participating in a competitive procurement. ??? Solicit industry feedback to the enclosed FAA RWSL system operational design concept as described in the enclosed DOT FAA NAS High Level System Description for RWSL. Specifically, industry suggestions for alternative hardware architectures which may provide equivalent functionality to that described herein. Additionally, the FAA is interested in the risks industry may identify in connection with the operational design concept, and what mitigation strategies industry can propose. ??? Solicit industry feedback to the below RWSL High Level Procurement Schedule: Runway Status Lights Milestone Projected Completion Date Joint Resources Council (JRC) Initial Investment Decision July 2007 Request for Offer January 2008 Vendors' Submit Proposals April 2008 JRC Final Investment Decision July 2008 Contract Award August 2008 ??? Request interested industry participants to submit a Rough Order of Magnitude (ROM) estimate for the Software Lines of Code (SLOC) for the RWSL Processor to achieve the operational performance described by the enclosed DOT FAA NAS High Level System Description for RWSL, RWSL Preliminary Requirements Document (PRD), and RWSL Engineering Brief (EB) 64a. The FAA considers the data made available herein adequate as the basis for developing a ROM for SLOC. ??? The reference documents noted above represent the current versions thereof and are subject to change. However, the DOT FAA NAS High Level System Description for RWSL is more current than the PRD. The PRD is being updated to a final version. Contractors interested in assisting the FAA in this effort are invited to respond to this announcement by submitting a capabilities statement, not to exceed 10 pages in length, addressing the following: ??? Provide a synopsis of experience gained with systems that form part of the NAS, and in particular, familiarity with NAS requirements. ??? Provide a synopsis of experience gained in the area of software development and integration particularly suited to interfacing separate systems, which when linked, provide expanded capabilities. ??? Provide a synopsis describing experience gained in performing and management of construction projects within airport grounds and in particular the airport movement area (runways and taxiways). ??? Provide a synopsis of experience gained in the development, testing, manufacturing, installation, and life cycle sustainment of complex electronic systems. Please note that respondents should not include any information deemed proprietary. Also note that information requested herein, or responding to this announcement will not result in the elimination of any industry participant from further consideration. THIS IS NOT A REQUEST FOR PROPOSAL OR OFFER. THE FAA WILL NOT PAY FOR ANY COSTS RELATED TO RESPONDING TO THIS ANNOUNCEMENT. Responses or questions to this announcement may be submitted via hard copy or email to the address noted below. Email responses are preferred. DOT/FAA Attn: Robert Valdes, Contracting Officer, AJA-46 600 Independence Ave. SW Fourth Floor, 4W41JS Washington, DC. 20591 Robert.valdes@faa.gov (202) 385-6157 Responses should be submitted as to be received by this office no later than Sept 14, 2007.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5995)
 
Record
SN01382650-W 20070825/070823221032 (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.