Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

99 -- Airport Vision Platform

Notice Date
8/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), W.J. Hughes Tech Center, FEDERAL AVIATION ADMINISTRATION, AJA-473 AJA - Technical Center (Atlantic City, NJ)
 
ZIP Code
00000
 
Solicitation Number
8652
 
Response Due
8/21/2009
 
Archive Date
9/5/2009
 
Point of Contact
James Crawford, 609-485-8626<br />
 
E-Mail Address
james.l.crawford@faa.gov
(james.l.crawford@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with the Federal Aviation Administration Acquisition Management System (FAA AMS) paragraph 3.2.2.4, Single Source Selection Procurement Process, Subpart 3.2.2.4.1.2, the purpose of this announcement is to inform industry of the FAA's intent to contract with a selected firm using single source procedures. The Federal Aviation Administration (FAA) intends to award a purchase order to Searidge Technologies. To provide IntelliDAR an Intelligent video-based Detection and Range Processing System for Aircraft. Which consist of IntelliDAR Airport Vision Platform, ATCGV-HD Camera Sensors, ATCGV-THR Camera Sensors and Network Attached Storage. Searidge Technologies owns the intellectual property rights to IntelliDAR. The system must present all of these features: The surveillance system platform is currently operational in an Air Traffic Control Tower(ATCT). A non-cooperative surveillance system that provides detection, positioning, identification, classification, and tracking of all targets on an airport surface.A system wide processing latency between 248-255 milliseconds. The surveillance system outputs surface movement reports in ASTERIX Cat010/011 format.The surveillance system provides real-time video streams of traffic situation on the airport surface.The surveillance system provides a geospatial positioning accuracy of 16-32 feet offset.System electronics employ surveillance sensors that deliver greater than 80000 hours Mean Time Between Failure (MTBF). The surveillance system should have a flexible, modular design that allows for coverage of small areas and does not warrant full site deployment.The surveillance system meets Air Traffic Control (ATC) grade and all ATC system requirements.The surveillance system has a target update rate of 1-3 updates per second.The surveillance system has playback functionality and automatic assessment capability that prescreens the data for requisite events of interest.The surveillance system employs commercially-off-the-shelf (COTS) hardware.The system is able to process surveillance data, determine the operational state of the traffic, predict likely future behavior and determine if airfield lights should be illuminated.The system is able to interface and send light commands to an airfield lighting system. A competitive solicitation is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of your firm's capabilities and experience in providing the above required work, and the FAA will evaluate this accordingly. All responses to this announcement must be directed to James L. Crawford, no later than 12 noon, Eastern Standard Time, August 21, 2009. Responses shall be sent via e-mail to james.l.crawford@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/8652/listing.html)
 
Record
SN01914340-W 20090819/090818001019-ba172e0340a30c54ee46324a75b2a158 (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.