Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

99 -- AUTOMATED RADAR TRACKING SYSTEM (ARTS)

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFA01-99-C-00045-6020
 
Response Due
9/30/2007
 
Archive Date
10/29/2007
 
Description
NOTICE OF INTENT TO EXTEND PERIOD OF PERFORMANCE FOR AUTOMATED RADAR TRACKING SYSTEM (ARTS) CONTRACT, DTFA01-99-C-00045 This Internet announcement is made pursuant to section 3.2.1.2.1 (Market Analysis) of the Federal Aviation Administration's (FAA) Acquisition Management System (AMS). The FAA Terminal Automation Group, has requirements for 1) ARTS software support, 2) new remote tower radar display systems associated with existing ARTS IIIE terminal radar approach control (TRACON) facilities, 3) miscellaneous ARTS IIIE procurement, qualification, and installation and 4) ARTS field support services to sustain and maintain all (ARTS IE, IIE and IIIE) existing configurations. ARTS equipment is installed at FAA's TRACON facilities and their associated air traffic control towers. The eleven ARTS IIIE sites are the New York, Potomac, Atlanta, Dallas-Fort Worth, Southern California, Northern California, Chicago, Minneapolis, St. Louis, Louisville, and Denver TRACONs and their associated towers. ARTS software support efforts include: 1) analyzing, troubleshooting and fixing user identified problems 2) on-site integration and testing support including rapid response to on-site problems 3) software merge and baseline activities for the ARTS national builds 4) incorporation of the appropriate pieces of FAA's next generation capabilities such as ADS-B, SWIM, and DataComm into the ARTS baseline 5) enhancements required to meet air traffic safety and capacity demands 6) enhancements to improve ARTS maintainability, performance or test efficiency 7) incorporation of National Transportation Safety Board recommendations 8) TAMR software merge into the ARTS national baseline 9) approved NAS Change Control Decision to the ARTS Baseline and 10) Operational Test support for the ARTS national builds. New remote tower radar display systems associated with existing ARTS IIIE TRACONs may be required due to increase air traffic counts. Maximum procurement quantity for these systems shall not exceed 12. These systems should be similar to currently fielded configurations of the Remote ARTS Color Display (RACD) to the maximum extent possible in order to minimize logistical impacts. Miscellaneous procurement, qualification, and installation efforts may be at a chassis level, a Line Replaceable Unit level, or a lower piece part level for the ARTS IIIE. Chassis level ARTS IIIE procurement, qualification, and installation efforts may include chassis such as the RACDs or Remote Display Multiplexers (RDM) in order to meet facility replacements and collocation requirements, or to evaluate next generation prototyping requirements. Maximum procurement quantities at the chassis level shall not exceed 50. Line Replaceable Unit level, or lower piece part procurement, qualification, installation and/or repair and return activities may be established by engineering change proposals to retrofit end-of-life or failing parts in order to maintain the ARTS service availability and system lifecycle. Field support services include: 1) hardware analysis, troubleshooting and repairing of user identified problems; associated on-site support; and associated engineering studies such as identifying and investigating alternates to end of life parts 2) installation and on-site test support of ARTS equipment for facility replacements and collocations 3) installation support for purchased TAMR equipment such as Chicago's new north tower which are beyond the schedule scope of the TAMR contract 4) labor and upkeep of test bed lab configurations consisting of equipment representative of the ARTS configurations (ARTS 1E, IIE, and IIIE including the TAMR architecture) currently fielded; This requirement is for approximately 228,000 hours of engineering sustainment services. The period of performance for this requirement is 3 years, at an estimated cost of $33 million. Lockheed Martin Corporation designed, integrated, installed and currently sustains ARTS. Their current contract was awarded in March 1999 and includes engineering sustainment support that expires March 2008. To successfully perform this requirement and minimize risk to the FAA, potential vendors must have: 1. Expert knowledge of design, functionality, operation and integration of hardware, software, interfaces and air traffic environment in which ARTS operates; 2. A test bed lab consisting of equipment representative of the ARTS configurations (ARTS 1E, IIE, and IIIE including the TAMR architecture) currently fielded; 3. Established capability to develop, maintain, archive, and control access to source code for ARTS software; 4. Proven software and hardware maintenance, modification and testing capabilities for ARTS; 5. Infrastructure to respond to on-site malfunctions and other problems on an on-call basis; 6. Ability to ensure uninterrupted support and no risk to service for operational ARTS, and; 7. Knowledge and access to the proprietary Viewman application in order to accurately diagnose problems, fix, or enhance the ARTS graphics functions Interested vendors must 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 for ARTS. The documentation must clearly demonstrate that the vendor is qualified and capable of providing the required services. The format of the documentation is at the vendors' discretion. In order to be considered as an acceptable source, vendors must meet all the requirements listed in items 1 through 7 above. Vendors that do not meet all the requirements listed in 1 through 7 above will be determined to be unacceptable and removed from further consideration. Vendors must also provide a transition plan detailing steps needed to transfer the current sustainment work without impacting the schedule of fixes to software troubles or impacting the maintenance of the system hardware at the sites. The FAA will not pay for any information received or costs incurred in preparing responses to the announcement. Additionally, information provided in response to this announcement is for informational purposes only and will not be released. All proprietary information should be marked in the responses. 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. Vendors believing they possess the capability to meet this requirement should respond to this announcement with your firm's capabilities and experience in providing system(s) that meet the above requirements so that the FAA can evaluate your response. Responses should be submitted no later than 27 September 2007, to Curtis Fields via e-mail at curtis.fields@faa.gov. They may also be provided via express mail to the following address: Federal Aviation Administration 600 Independence Ave. S.W., FOB 10B, Suite 4W150, Cube 4W32HS Washington, D.C. 20591 Attn: Curtis Fields ATO-A
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6020)
 
Record
SN01390491-W 20070901/070830220822 (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.