Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

D -- JFK Air Traffic Operations Management Service

Notice Date
7/9/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRT57-08-R-20031
 
Response Due
7/24/2008
 
Archive Date
10/24/2008
 
Point of Contact
Point of Contact -Steve Garanin, Contracting Officer, 617-494-6126
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Transportation, Research and Innovation Technology Administration, John a Volpe National Transportation Systems Center (Volpe Center) intends to award a contract, based on a sole source procurement, to Sensis Corporation in accordance with FAR 6.302-1, only one responsible source, and no other type of supplies or services will satisfy agency requirements. The Volpe Center intends to procure, through a Firm-Fixed-Price contract, to provide the following services: set-up, access, on-site training and provide the JFK Air Traffic surface operations management service for one year starting with the establishment of the Government?s access to the service. The Sensis Corporation is currently the only company which has a commercially available airport surface management tool which has been approved by the FAA for integration with the FAA?s ASDE-X system through the ASDE-X data Distribution System. The Sensis Aerobahn airport management tools also have the unique capability to leverage the full complement of data from the JFK ASDE-X system with its gate-augmented multilateration surveillance infrastructure, which will provide the real time position of aircraft taxiing on the airport surface and into the gate areas.This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; FAR Part 15, Contracting by Negotiation; and as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The applicable North American Industry Classification Code (NAICS) code for this requirement is 334511; the Small Business size standard is 750 employees. STATEMENT OF WORK (SOW) (begin) -- Background: According to the Department of Transportation's Bureau of Transportation Statistics, airport delay findings in August of 2007 depict New York City's three area airports as having the worst rates of flight delays in the US. As a result, the Department of Transportation?s Secretary Mary Peters was asked to lead a task force to come up with recommendations for reducing the congestion by the end of 2007. Based on the recommendations stemming from the task force, the FAA's Executive Council (EC) made the decision at their September 2007 meeting to expedite the deployment of ASDE-X at JFK, provide ASDE-X enhanced Multilateration ramp area surveillance and provide surface operations management tools to AT Operations by the end of FY08. To meet this goal the implementation of a JFK aircraft operations management system must coincide with the completion of the overall ASDE-X and the Multilateration Ramp Surveillance system during FY08.The FAA is currently implementing ASDE-X systems at multiple airports in the National Airspace System (NAS) throughout the country. The ASDE-X provides Air Traffic Local and Ground Controllers with situational awareness of aircraft and vehicles within the airport movement area. The ADSE-X at JFK is the FAA?s primary technology to minimize runway incursions and accidents. ASDE-X also provides a data distribution capability which will provide airport operations management software the necessary airport surface and approach surveillance data. ASDE-X is scheduled to be installed at JFK during the winter of 2007; the system is scheduled for commissioning in July 2008. The Volpe Center is assisting the FAA?s Air Traffic Organization ? Operations Planning (ATO-P) Advanced Technology Development and Prototyping Group, in conducting applied research and development on Surface Decision Support Systems (SDSS), which promise to improve surface movement efficiency at busy hubs in support of NextGen concepts. The SDSS development effort will provide JFK FAA Air Traffic Operations an Airport Operations Management service in an effort to allow the FAA to assess the effectiveness of this type of operations management tool. JFK Air Traffic Operations Management Service:The Government has an immediate need to observe and measure the performance of the airport surface operations at JFK in real-time, with the objective of identifying policies and procedures that could be implemented to improve taxi times, fuel savings, and emissions reductions. To accomplish this the Government requires a year of JFK airport air traffic operations management service which shall provide a minimum of five FAA users with a service that includes real-time surface situational awareness of JFK airport air traffic and ramp operations and a comprehensive operations analysis capability. The service shall be derived from an existing commercial solution and will be made available to only Government selected FAA authorized users at locations such as JFK ramp towers, the ATC Tower and/or the JFK associated TRACON. The Government envisions that this service will be supported by a web-based architecture. The service shall provide the authorized users with the JFK AT Surface Operations event processing and database management features. This shall allow the FAA users a real time and common view of the required operations management functions and features defined here in:The service shall be continuously available to a minimum of five FAA authorized users, 24 hours a day for a year from acceptance of the service. All hardware, software, and communications services needed to support the service will be owned or leased and maintained by the contractor for the period of performance. The contractor is not responsible for hardware and software, in the context of displays, workstations or terminals necessary to access the service through the internet. The service shall be dependent on data available from the JFK ASDE-X Data Distribution System. Reference the latest version of: Interface Control Document - ASDE-X - Data Distribution (DD) to End Users, Sensis Document No.: 790-010712. The contractor shall be responsible for all the necessary permits or memorandums of understanding with the FAA required for access to ASDE-X data through the JFK ASDE-X Data Distribution cabinet. Reference the latest version of FAA Order 1200.22C NAS Data and Interface Equipment Used by Outside Interests. The contractor shall provide the training to support the JFK operations management service defined within the scope of this SOW. The operations management system shall provide: the capability to support operations at JFK ATCT and FAA ATCSCC;a minimum of five users with simultaneous real-time data query and reporting capabilities from a web-based portal; common situational awareness to all the authorized users; and a function for the real time monitoring of the position and status of aircraft and vehicles within the JFK ASDE-X and Multilateration Ramp surveillance coverage areas. Airport situation awareness presentations shall include target positions with flight numbers, as available; the functionality to provide a snapshot summary of current airport operations, updated in real-time, available to allow an assessment of the status of specific elements of the operation, including arrival and departure rates, and status of taxiing aircraft; a real-time view of departure demand on the non-movement and movement areas of JFK Airport; a function to establish adaptable thresholds to alert the users of specific operational events including taxi out delays and aircraft returns to the gate; a function to view aircraft arrival statistics and contrast the arrival demand with current availability of gates; and analytical and reporting capabilities of real time and historical arrival and departure data including functions to playback operational events. The playback mechanism shall include the capability to adjust the speed of a playback with an operator selected aircraft visually highlighted; measure runway, taxiway, spot, and gate occupancy times; measure taxi out and taxi in times, including length of time aircraft wait to cross active runways; measure throughput of specific regions of the airfield (i.e. queues to deicing pads and transition areas); monitor departure queues; visually identify priority flights; and the functionality to allow the generation of daily, weekly monthly, quarterly, and yearly operational reports. Deliverables: (1) The Contractor shall set-up and provide the Government access to the airport surface management data service within 30 days after date of award; (2) The Contractor shall provide on-site training for up to five authorized users within 40 days after date of award; and (3) The Contractor shall provide the JFK AT Surface Operations Management service for one year (12 months) starting with the establishment of the Government?s access to the service. (SOW)(end)The Contractor shall provide the necessary personnel, services, equipment and materials to perform the CLINS in accordance with the above SOW. Proposals shall include pricing for the following two line items in a written quotation: CLIN 0001 Set-up and training not separately priced (NSP); SLIN 0001AA Set-up access $__________, SLIN 0001AB Training for up to 5 people $_____________; CLIN 0002 Monthly service access fee for 12 months of service: $___________; Grand Total of CLINS 0001-0002 $_________. Written proposals must be submitted within fifteen (15) calendar days from the date of publication of this synopsis/solicitation. Responses received after fifteen (15) calendar days with or without the required documentation will be considered non-responsive and will not be considered. A determination by the Government not to compete this requirement on a full and open competitive basis, based upon responses received to the combined synopsis/solicitation, is solely within the discretion of the Government. The Government does not anticipate holding discussions after receipt of offers and advises all Offerors to present their best prices in response to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government. Telephone calls made in place of required documentation will not be accepted. NOTE: All contractors must be registered in Central Contractor Registration (CCR) in order to receive award from a DOT Agency. This proposed action is for commercial services for which the Government intends to solicit and negotiate with only one source under statutory authority 41 U.S.C. 253 (c) (1), as implemented by FAR 6.302-1. This notice of intent is not a request for competitive quotes. The signed offer may be submitted electronically, via email to Steve.Garanin@dot.gov, or submitted via mail service to the above Point of Contact at RTV-6D2, 55 Broadway, Building 1, Room 1152, Cambridge, MA 02142 no later than 12:00 PM July 25, 2008. Solicitation provision FAR 52.212-1, Instruction of Offerors-Commercial Item (JAN 2006) is hereby incorporated by reference. Additionally, FAR 52-212-3 Representation and Certifications-Commercial items (JUN 2006) are no longer provided within the solicitation and must be submitted on-line through On-Line Representations and Certifications Application (ORCA). ORCA is a web based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulations (https://orca.bpn.gov). FAR 52-212-4, Contract Terms and Conditions-Commercial Items (SEP 2005), is hereby incorporated by reference; the following clauses are incorporated by reference as subparagraphs (u) and (v) respectively: FAR 52-217-8 Option to Extend Service (NOV 1999) and FAR 52.217-9 Option to Extend Term of Contract (MAR 2000). FAR 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (AUG 2006), is herby incorporated by reference; the following clauses are appropriately checked: (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.?s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (36) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); and (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ATTENTION: The following notice is provided for informational purposes for minority, Women-owned and Disadvantaged Business Enterprises. The Department of transportation (DOT) Short-term Lending program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=40c55dbbd06c0b62e41edbc358b9224c&tab=core&_cview=1)
 
Record
SN01609992-W 20080711/080709221953-40c55dbbd06c0b62e41edbc358b9224c (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.