Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

99 -- Commercial Off the Shelf (COTS) Aircraft Data Acquisition, Storage, and Display Capability for the Automatic Detection and Processing Terminal (ADAPT) System

Notice Date
2/24/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-48 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9174
 
Response Due
3/2/2010
 
Archive Date
3/17/2010
 
Point of Contact
Katherine Williams, 202-267-3669
 
E-Mail Address
katherine.m.williams@faa.gov
(katherine.m.williams@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this market survey is to assess industry capability to provide the below described functionalities and services in a COTS, ready to implement solution; solicit capability statements from industry, including small businesses, service-disabled veteran-owned small businesses, or eligible 8(a) certified firms; and determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or eligible 8(a) certified firms. The FAA has identified a requirement for additional data relevant to General Aviation (GA) Aircraft Operations for study and potential incorporation into the ADAPT System for a period of one year from the date of contract award. This data will be acquired, studied, and potentially incorporated into ADAPT on a trial basis. In publishing this Market Survey, the FAA assumes no liability or obligation to continue any solution offered by any prospective vendor beyond a one year (365 calendar days) trial period. It is the FAA's intent to leverage, to the greatest extent possible, the existing ADAPT infrastructure in conducting this trial. The following have been identified as critical requirements of any proposed solution. These critical requirements are not intended as all-inclusive nor listed in order of importance: 1.Real-time monitoring of GA aircraft flight tracks for all aircraft by registration (tail) number in both Visual Flight Rules (VFR) and Instrument Flight Rules (IFR) environments;2.Historical display of previous flight activity for a period not to exceed 24 months by registration (tail) number, regardless of flight plan filing methodology (information should include date, time, call sign/registration number, origin/destination, aircraft type, and owner/operator/fractional information);3.Immediate flight track replay, to include flight track, owner/operator information - suitable for access via both the standard ADAPT and on Web ADAPT systems;4.Detection of callsign to registration number change over time (potential indicator of suspicious activity);5.Display of potential fuel on board at departure by aircraft type;6.Display projected aircraft path based on departure fuel on board as well as remaining;7.Positively identify aircraft by tail number from as many IFR and/or VFR flights as possible, regardless of the callsign;8.Provide detailed ownership / operator information to include aviation contacts for private, corporate, executive, charter, and fractional ownership operations. In addition to the above requirements, vendors responding to this survey must furnish a summary of their plan to provide the following services: 1.Installation - The Contractor must perform all set up functions necessary to permit subscriber access to all data within the scope of any licensing agreement;2.Training - The Contractor must provide, for each subscriber, the training necessary to enable that subscriber to access, interpret, manipulate, share, protect, and save the data within the scope of any licensing agreement. This training may be either in-person, computer-based, or a combination of both; and 3.Maintenance - The Contractor must provide 24 hours per day, seven days per week customer service. Vendors who believe they possess the ability to meet these requirements are requested to submit a summary of capabilities not to exceed 25 pages in length. The summary of capabilities must address how the vendor has gained the ability to meet each of the eight (8) technical requirements previous listed and the three (3) service requirements noted above. The FAA will not use the capability statements received in response to this market survey to screen or down-select interested industry participants. Rather, they will be used to determine the range of vendors, capabilities, and experience. The Government may invite respondents for follow-up discussions. THIS IS NOT A REQUEST FOR OFFERS, NOR IS IT THE GOVERNMENT'S INTENTION TO USE THIS AS A SCREENING DEVICE FOR ANY SUCH FUTURE REQUESTS. THE GOVERNMENT WILL NOT PAY FOR ANY COSTS RELATED TO RESPONDING TO THIS ANNOUNCEMENT. The North American Industry classification System (NAICS) code for this requirement is 518210. Vendor capability statements, including a completed Business Declaration form, should be submitted to the following address. Electronic replies are preferred. U.S. Mail Address/Hand Delivery: Federal Aviation AdministrationOrville Wright Building (FOB10A)ATTN: Katherine M. Williams, AJA-46800 Independence Ave., SWWashington, DC 20591 All communications and questions shall be directed to Katherine M. Williams by E-mail at: Katherine.M.Williams@faa.gov. Responses should be submitted to be received at the above address by no later than 12:00noon, March 2, 2010. The FAA will not reimburse the contractor for any costs associated with responding to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9174/listing.html)
 
Record
SN02074309-W 20100226/100224235641-54b3e1cbd98c73e3298d4d7409e33858 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.