Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

99 -- ASR-8 Service Life Extension Program (SLEP)

Notice Date
9/22/2009
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-46 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
8805
 
Response Due
10/23/2009
 
Archive Date
11/7/2009
 
Point of Contact
Gavin Byrne, 202-385-8806
 
E-Mail Address
gavin.byrne@faa.gov
(gavin.byrne@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a need to extend the service life of 41 Airport Surveillance Radar model 8 (ASR-8) systems currently deployed and operating in the National Airspace System (NAS), herein referred to as the ASR-8 Service Life Extension Program (ASR-8 SLEP). These systems must be modified to allow for their integration and alignment to future NAS upgrades and support the Surveillance and Automation roadmaps as well as to replace elements of these systems facing technical obsolescence. At this time, two approaches to this shortfall are being considered.The first approach would be to provide a digital output by converting the existing ASR-8 and Air Traffic Control Beacon Interrogator model 5 (ATCBI-5) video outputs into a digital message format capable of supporting IP addressing. The digital output would be required to provide primary, secondary, merged and weather contour information on separately configurable output data streams supporting modified Common Digitizer-2 (CD-2) and/or All Purpose STructured Eurocontrol SuRveillance Information Exchange (ASTERIX) message formats. The digitized output will provide primary search video from the ASR-8 system, secondary video from the ATCBI-5 system, azimuth encoder information, primary and secondary trigger information, and any control information required to allow weather contour processing (i.e. polarization information, Sensitivity Time Control information, high/low beam selection, etc.). The digitized output should eliminate false primary and secondary target information as well as False Reports Unsynchronous in Time (FRUIT) and provide correlated and non correlated primary only target reports, secondary only target reports, combined or merged target reports from the secondary and primary target reports, and weather contour information capable of supporting six level weather detection and dissemination.The Second approach being considered is a separate receiver and signal data processor cabinet being fed from the Radio Frequency (RF) path of the ASR-8. In this approach, the ASR-8 transmitter and triggers would be retained, along with the antenna and rotary joint. The RF data would be ported to the vendor-provided receiver/processor rack for target processing. Additionally, the ATCBI-5 video would be provided to the vendor cabinet for beacon processing. The output of the receiver processor would be an IP addressable target message in CD-2 and/or ASTERIX consisting of correlated and non correlated primary only target reports, secondary only target reports, combined or merged target reports from the secondary and primary target reports, and weather contour information capable of supporting six level weather detection and dissemination. The receiver/processor should eliminate primary and secondary false targets as well as FRUIT. Some of the ASR-8 systems interface with the Mode Select (Mode S) Secondary Surveillance Radar systems where the ASR-8 provides primary Radar information to the Mode S system for merging and output to automation systems. At these locations the vendor supplied receiver/processor rack would need to feed the Mode S system with primary target information to support this existing Mode S interface to automation. The contractor will be responsible for designing this modification to the ASR equipment, implementing and testing the modification in a first article system, sparing in accordance with the FAA maintenance philosophy, provisioning for organic repair capabilities and installation of the modification in ASR systems. The modification is expected to operate within the existing environmental limitations of the facilities with no increase in power or HVAC requirements. At this time the nature of the competition has not been determined. Interested sources must respond with information to confirm evidence of qualifications and capabilities to meet the requirements identified in this survey. The FAA intends to review all response submittals to help establish an acquisition strategy. Responses to this announcement will be used in part to determine whether or not adequate competition exists to meet requirements of full and open competition; set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses (SEDB) that are certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. Any interested sources may respond to this announcement. The principle North American Industry Classification System (NAICS) code for this effort is 334511, "Air Traffic Control Radar Systems and Equipment Manufacturing".Mandatory Requirements for Expression of Interest: In order to be considered responsive, sources expressing interest in this announcement must provide the following:1)Description of the digitizer equipment currently deployed (and deployed location) including technical performance characteristics for the primary, secondary and weather reporting as well as Reliability Maintainability Availability (RMA) information for the operating equipment.2)Description of the receiver/processor equipment currently deployed (and deployed location) including technical performance characteristics for the primary, secondary and weather reporting as well as Reliability Maintainability Availability (RMA) information for the operating equipment3)A description of the Open System Architecture utilized in the development of the equipment as well as a detail of any proprietary information (hardware or software) that would not convey to the Government. 4) Provide a description of technical expertise or experience with ASR-8 radar systems, as well as expertise or experience with FAA surveillance programs, as well as any expertise or experience with service life extension programs or major modification design and development for Radar systems.5)Provide a description of expertise or experience with the design and development of Radar signal processing capable of supporting target and weather detection and reporting requirements. 6)Provide a description of the resources available to support the design, development, testing, implementation, and support of a major modification to critical National Airspace System equipment to include an assessment of production capabilities including the expected delivery quantity per month and when the first unit could be delivered after a contract award.7)Identify your Business Size, i.e. Large, Small, SDVOSB, 8(a), etc., and provide a completed business declaration form, and SBA 8(a) form if applicable.Submission Details: Send one electronic submission to gavin.byrne@faa.gov. The electronic submission should be in a Portable Document Format (.PDF). Submissions should not exceed 10 pages in length. Also, please note that the FAA email server restricts file sizes to 10MB per email, so larger files may have to be submitted in more than one email to be fully received.All Submissions/responses must be received by 1:00 p.m. Eastern Standard Time on October 22, 2009. Submissions will be made electronically to gavin.byrne@faa.gov in.PDF format. For questions, requests for additional information, etc. regarding this market survey, contact Gavin Byrne, Contracting Officer, via E-mail: gavin.byrne@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. No telephone calls will be accepted. Please submit questions through e-mail.This announcement is not a solicitation for a Screening Information Request (SIR) or a Request for Proposal (RFP). Accordingly, this announcement must not be construed as either a promise to award a contract or an obligation for the Government to provide compensation for information associated with the preparation and submittal of inquiries addressing this announcement. Brochures alone will not be considered sufficient documentation for demonstration of capabilities, conflict-free credentials, and unbiased status. Responses will not be returned. No evaluation letters and/or results will be issued to respondents of the announcement. No collect calls or telephone inquiries will be accepted. The FAA does not intend to use responses to this survey to screen or down select, rather, they will be used to determine the range of contractor interest, experience and capability. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is issued, it will be synopsized on the FAA's contract opportunities web page. It is the potential offeror's responsibility to monitor this site for the release of any solicitation.All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov/docs/forms/form.html). Please note that documents downloaded from sites other than the FAA's Contracting Opportunities Homepage may not be the latest documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/8805/listing.html)
 
Record
SN01965489-W 20090924/090923001847-138df514525b23c127e50f70b62438e1 (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.