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
SOURCES SOUGHT

99 -- Request For Information-Tactical Airspace Integration System (TAIS)

Notice Date
8/17/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q09RFITAIS
 
Response Due
9/14/2009
 
Archive Date
11/13/2009
 
Point of Contact
Christopher Williams, (256) 876-7721<br />
 
E-Mail Address
US Army Aviation and Missile Command (Missile)
(chris.williams24@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The AN/TSQ-221 Tactical Airspace Integration System (TAIS), also known as a Full TAIS, is a mobile, airspace management system providing combined air-ground operational environment management based on joint service and information system inputs. It is the Armys system of record for the integration and synchronization of Airspace Command and Control (AC2) and Air Traffic Services (ATS) within the Army Battle Command System (ABCS) System of Systems (SoS). A digitized Battlefield Automated System (BAS), TAIS provides situational awareness of friendly and enemy air activity and is interoperable with joint, coalition, and civil aviation forces. It is currently employed by the United States Army in every theater of operation. TAIS provides automated AC2 planning, enhanced AC2 execution, and improved enroute Air Traffic Services support across the range of military operations and the spectrum of conflict to synchronize and integrate operations in the third dimension of the battlefield. TAIS also provides civil and government inter-agency capabilities and a direct link to the Theater Air Ground System (TAGS) through interface with the Joint Force Air Component Commander's (JFACC) automated airspace planning and communication systems. TAIS is directly responsive to command-level operations organizations (S-3/G-3). The Full TAIS system is co-located with the command and control element at the main command post for Army corps and divisions, and with Army air traffic services units organic to aviation units from brigade to theater levels. The system coordinates use of the battlefield airspace for the purpose of supporting force operations in a force projection role, while minimizing fratricide through improved operational environment synchronization including non-automated airspace users and aircraft. TAIS Variants The Tactical Airspace Integration System (TAIS) comes in two variants: single-user portable workstations and the shelter-mounted vehicle (Full TAIS) with full capabilities. The AN/FSQ-211, or TAIS Airspace Work Station (AWS), is a portable computer system that hosts the TAIS mission software. The AWS provides a single operator position and relies on external support for air track information and communications connectivity. TAIS AWS are located at every level in the Army from Brigade Combat Team and supporting brigades to theater echelons. The AN/TSQ-221, or Full TAIS, is a slightly modified Standard Army Shelter (SAS) mounted on an Expanded Capacity Vehicle (ECV) High Mobility Multipurpose Wheeled Vehicle (HMMWV). The system consists of one TAIS shelter vehicle towing a trailer-mounted tactical generator, and one cargo HMMWV for transporting TAIS personnel and equipment such as camouflage and ground support equipment. TAIS is designed to be roll-on, roll-off capable. It can be airlifted by medium-lift helicopters and is transportable by C130 aircraft. The heart of the TAIS system is the mission computers containing unique, powerful TAIS software optimized for the AC2 and ATS missions. The Product Manager, Air Traffic Control Systems (PdM ATC) seeks information, comments and suggestions from vendors who intend to perform in a prime contractor role. For informational purposes only, the following notional contract schedule and quantities are provided: * Planned RFP release XXXXX * Planned Receipt of proposals XXXXX * Planned Contract Award XXXXX * Planned Quantities XXXX This notice is not a request for proposals. The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Funding for the first year is available for this requirement. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. In responding to this RFI, please adhere to the numbering and areas of concentration. If you do not respond to a specific statement, please acknowledge by placing a (NA) by the applicable number. General 1. Provide a brief description of your companys expertise and qualifications for providing Engineering Services and Performance Based Logistics (PBL) support for Command, Control, Communications, Computers, and Information (C4I) systems. 2. Provide and describe examples of your company's experience in designing/redesigning C4I systems. Also, your companys integrated approach to production, software enhancements and fixes, fielding, and maintenance of previously produced systems. 3. Provide information on hardware and software production/modification and production/modification acceptance test (PAT) of C4I systems and their internal modules, maintenance and retrofit of previously produced C4I systems. 4. Identify the commercial and military sales history include date, customers and quantities. Technical 1. Describe the qualifications of your engineering staff, who have experience in the design and production of C4I systems. 2. Describe your companys software development experience in the areas of Software Development Plans, Code Development, Code Modification/Maintenance, Software Documentation, Software Safety/Hazard Analysis, Software Development Testing, Data Reduction and Analysis, Configuration Control, collaborative software development, and 2D/3D graphics. 3. Describe your companys experience with software interoperability testing with other C4I systems. 4. Describe your companys experience with Field Service and technical support to exercises and demonstrations. 5. Describe your companys experience with software modification to include incorporation of Army Golden Master (AGM) Operating Systems, Graphical User Interfaces (GUI), implementation of Military Standard (MIL STD) Tactical Data Link protocols, and configuration management of software baseline changes. 6. Describe your companys experience with RESET of C4I systems. 7. Describe your companys experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, and Joint Interoperability Testing support for C4I systems. 8. Describe your companys experience with developing modification work orders, planning and conducting retrofits of C4I systems. 9. Describe your companys experience with developing Service Oriented Architectures (SOA), web services, thin and thick clients for C4I systems. 10. Describe your companys experience with Information Assurance Vulnerability Management (IAVM) and conduct of IAVM Compliance procedures. 11. Describe your companys experience with tactical data transceivers and incorporation into existing C4I systems. 12. Describe your companys experience with integration and maintenance of cryptographic equipment in C4I systems 13. Describe your companys experience with development of Interactive Multimedia Instruction (IMI) and Computer-Based Training (CBT). 14. Describe your companys experience in developing or updating Technical Data Packages. 15. Describe your companys process for tracking program risks and mitigation steps utilized on past contracts that reduced risks to an acceptable level. 16. Describe your experience in re-designing an existing hardware component from a technical data package to meet specific form, fit, and minimal function requirements. 17. What is your companys experience with partnering with industry to incorporate software into your hardware product? Logistics 1. Describe your companys experience in performing depot maintenance of airspace management systems. 2. Describe your companys standard approach to performing diagnostics of failed airspace management systems. 3. Describe your companys standard approach for storage of systems while they are awaiting repair or awaiting shipment. 4. Describe your companys experience or approach for airspace management system warranty coverage. 5. Describe your companys experience in the safe packaging and handling of airspace management systems. 6. Describe your companys philosophy with respect to repair of components versus shop replaceable units. Describe your companys capability to replace individual components versus shop replaceable units. 7. Describe your companys ability to provide a predictable and reliable supply of items to meet normal, increased, and contingency (surge and sustainment) maintenance requirements. 8. Describe your companys experience with implementing a Failure Reporting, Analysis, and Corrective Action system and documentation. 9. Describe your companys experience with requesting, tracking, and storage of Government Furnished Equipment, Government Furnished Information, Contractor Furnished Equipment, and Contractor Furnished Information. 10. Describe your companys past involvement with Department of Defense logistics requirements and discuss your success record in meeting those requirements on previous DoD contracts. 11. Describe your companys quality and configuration control program for the manufacture of hardware (e.g. ISO 9000 series certification). 12. Describe your companys procedures for identifying, analyzing, correcting and documenting process flow issues and bottlenecks. ISO and and/or SEI CMMI certified? 13. Provide a description of your companys most complex project, which is similar to this project. Focus on overall management, and mitigation of identified risk factors. 14. Provide a description of your companys experience with Life Cycle Management (LCM) of airspace management systems and facilities (to include network administration as well as system, hardware and software support); airspace management system engineering, integration, and fielding support. 15. Provide a description of your companys experience with providing transportation/shipping support to missions worldwide and training for system operators and military unit level maintainers. 16. Describe your companys experience with maintaining a logistics data management system, meeting government data standards and interfacing with other database management systems; to track and report logistical data analysis, failure reporting, analysis, and corrective action systems. 17. Describe your companys experience with different levels of life cycle management analyses for airspace management systems. 18. Describe your companys experience with obsolescence management. 19. Describe your companys experience with implementing and maintaining a corrosion prevention and control program. 20. Provide your companies experience regarding parts and system diagnostics, repair, and sustainment in a multiple theater operational environment. 21. Provide your companies experience regarding the operating a 24/7 help desk for customer support. Desired response format: The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. Submit email response to: Christopher Williams, Contract Specialist, christopher.williams@peoavn.army.mil Responses must be received no later than 4:30 pm CST, Monday, September 14, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH01/W31P4Q09RFITAIS/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01914468-W 20090819/090818001215-874710bce4023365a4d3b312ecb793d0 (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.