Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOURCES SOUGHT

17 -- Mobile ATC Tower System with Airfield Lighting System

Notice Date
9/17/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ09RFIKC
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
KARRA COCHRAN, 256-842-1126
 
E-Mail Address
US Army Aviation and Missile Command (Aviation)
(karra.cochran@peoavn.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The AN/TSQ-135 Mobile Tower System (MOTS) is a highly mobile tactical system designed to rapidly set-up and quickly establish Air Traffic Services (ATS) during the initial phases of deployment, and sustain those services throughout operations and redeployment. The system is mounted on a Medium Tactical Vehicle (MTV) and is supported by two High Mobility Multipurpose Wheeled Vehicles (HMMWV) containing a medium intensity, portable airfield lighting system (ALS). The MOTS ALS is capable of illuminating up to a 5000 foot long Instrument Flight Rules (IFR) capable runway with visual and Infrared (IR) lighting. The system is air deployable by C-17 and larger aircraft, is CH-47 lift-capable (when separated from the MTV), and meets international Air Traffic Control (ATC) standards with modernized, digital jam-resistant, and cryptographic secured communications. MOTS will utilize the Distributed Scalable Access Net (DSAN) software ensuring compatibility with the Tactical Airspace Integration System (TAIS). The MOTS shelter will be capable of dismounted (stand-alone) operations when the MTV is disabled, requires maintenance, is used for other transport, or the system is to be semi-permanently emplaced. The MOTS will be fielded on the basis of one MOTS, per ATS Company, in each Airfield Operation Battalion and General Support Aviation Battalion. Each ATS company provides terminal ATS for one fully instrumented airfield (MOTS, Ground-Controlled Approach RADAR/Air Traffic Navigation Integration Control/Coordination System (ATNAVICS), and a non-directional beacon) in theater. These assets support main logistics bases that require airspace deconfliction and synchronization of a high density of fixed and rotary wing air traffic that is associated with high OPTEMPO operations. The MOTS, when collocated with ATNAVICS, will provide a near all-weather precision and non-precision approach, and instrument meteorological conditions recovery capability to aircraft operating within airspace designated for air traffic movement. It will also serve as the localized hub for communicating with combat search and rescue aircraft, medical evacuation aircraft, and provide current airspace/weather information to arriving and departing aircraft operating in the vicinity of its airspace. This Request for Information (RFI) is issued solely to gather information for planning and market research purposes, and will not be publicly released. In accordance with FAR 15.201 (e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submitting information for this RFI is voluntary, and participants will not be compensated or paid for information solicited by it. This is not a request for proposals; and therefore the Government will not award a contract on the basis of this notice. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Proprietary information should be clearly marked, and respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commissions confidential treatment regulations at 17 C.F.R. 200.83. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. In responding to this RFI, please adhere to the areas of concentration and their numbering. If you cannot respond to a specific statement, please acknowledge so by placing NA by the applicable number. General: 1. Provide a brief description of your companys expertise and qualifications for providing Engineering Services and Logistics support for mobile air traffic control towers and portable airfield lighting systems. 2. Provide examples of your company's experience in designing/redesigning C4I systems, as well as examples of your companys integrated approach to production, software enhancements and fixes, fielding, and maintenance of previously produced systems. Please give clear and concise descriptions. 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 commercial and military sales history, to include: dates, customers and quantities. Technical: 1. Describe the qualifications of your engineering staff that have experience in the design, production, and integration of mobile air traffic control systems, portable airfield lighting, and/or C4I systems. 2. Describe your companys experience regarding integration of vehicular electronics and communications for civil and military operations, to include digital data and voice communications using the VHF, UHF, HF and SATCOM frequency bands. 3. Describe your companys experience in developing, maintaining, and executing production plans for the integration of vehicular electronics and communications for civil and military operations. 4. Describe your companys production experience and facilities you have available for production and integration of mobile air traffic control systems, portable airfield lighting, and/or C4I systems. 5. 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. 6. Describe your companys experience with software interoperability testing with other C4I systems. 7. Describe your companys experience with Field Service and technical support to exercises and demonstrations. 8. Describe your companys experience with software modification, to include: incorporation of Army Gold 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. 9. Describe your companys experience with RESET of C4I systems. 10. Describe your companys experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, and Joint Interoperability Testing support for C4I systems. 11. Describe your companys experience with developing modification work orders, and planning and conducting retrofits of C4I systems. 12. Describe your companys experience with developing Service Oriented Architectures (SOA), web services, and thin and thick clients for C4I systems. 13. Describe your companys experience with Information Assurance Vulnerability Management (IAVM) and conduction of IAVM Compliance procedures. 14. Describe your companys experience with tactical voice and data transceivers, and their incorporation into existing C4I systems. 15. Describe your companys experience with integration and maintenance of cryptographic equipment in C4I systems. 16. Describe your companys experience with development of Interactive Multimedia Instruction (IMI) and Computer-Based Training (CBT). 17. Describe your companys experience in developing or updating Technical Data Packages. 18. Describe your companys process for tracking program risks and mitigation steps utilized on past contracts that reduced risks to an acceptable level. 19. Describe your experience in re-designing an existing hardware component from a technical data package to meet specific form, fit, and minimal function requirements. 20. Describe your companys experience in 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 with, 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. Describe any applicable certifications (e.g., ISO and and/or SEI CMMI). 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. Describe your companys experience regarding parts and system diagnostics, repair, and sustainment in multiple theater operational environments. 21. Describe your companys experience regarding the operation of 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 that these responses address each of the above characteristics and any other important technical aspects of the product. Please submit email responses to: Karra Cochran, Contract Specialist, karra.cochran@peoavn.army.mil. Responses must be received no later than 3:00 p.m. CST, Friday, October 16, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAH23/W58RGZ09RFIKC/listing.html)
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: CCAM-AR-C, Building 5309, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN01960229-W 20090919/090918001538-0caba5287f838c2a28b8a391f17d20c9 (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.