Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

99 -- NEXT GENERATION TRAFFIC ALERT AND COLLISION AVOIDANCE SYSTEM

Notice Date
2/7/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA47 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10399
 
Response Due
2/9/2011
 
Archive Date
2/24/2011
 
Point of Contact
linwood gillette, 202-493-4753
 
E-Mail Address
linwood.gillette@faa.gov
(linwood.gillette@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
TITLE: MARKET SURVEY - NEXT GENERATION TRAFFIC ALERT AND COLLISION AVOIDANCE SYSTEM ANNOUNCEMENT: The Federal Aviation Administration (FAA) has a future requirement for technical and analytical services to support the development and testing of the next generation Traffic Alert Collision Avoidance System (TCAS). We are considering one or more five-year contracts estimated at a total of not more than $17 M and are seeking information on potential bidders. This public announcement is being in accordance with the FAA Acquisition Management System (AMS) Section 3.2.1.3.12. This is not a solicitation announcement. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Since this is an informational announcement, no evaluation letters and/or results will be issued to the respondents at this time. The following North American Industry Classification System (NAICS) codes are considered the most applicable and appropriate for this procurement: 541712 - Research and Development in the Physical, Engineering, and Life Sciences, designated small business at 500 employees; 541330 - Engineering Services at $4.5 M except Military and Aerospace Equipment at $25M; 541611 - Administrative Management and General Management Consulting services, designated small business at $6.5 M; and 541618 Other Management Consulting Services at $6.5M. A vendor's failure to respond to this market survey does not necessitate the exclusion of that vendor's from the competition. However, the failure of adequate small business participation in this market survey would result in the government determining there are not sufficient qualified and interested small business firms to justify setting aside this procurement for small business. Interested companies can register for future announcements related to this and any procurement by Going to the FAA Website address: "http://www.asu.faa.gov/faaco/index.cfm, which is the FAA "Contract Opportunities" site. Should you want the E-mail automatic notification of FAA opportunities you may look under the column "Main Menu" and click on E-Mail Auto-Notify System. PURPOSE: The purpose of this market survey is to gain a better understanding of the industry and potential offerors. Specifically we are seeking to: 1) information concerning the organizations who wish to support future FAA Next Generation TCAS efforts and the breath of experience and capabilities that they can offer; 2) comments on the Statement of Work; and 3) information for the FAA to consider in choosing the method and type of procurement competition - full and open competition; limited competition; or sole source. The FAA will consider the information provided from this survey in developing our acquisition strategy, contract vehicle type(s), quantities, and whether the acquisition(s) should be open competition, limited competition, small business set aside, or sole source procurement. Due to the nature of the work and the interaction among the various components of this work, the FAA anticipates a single contract award. BACKGROUND: The Traffic Alert and Collision Avoidance System, TCAS II Version 7, known internationally as the Airborne Collision Avoidance System (ACAS II), was released in 1998 and incorporated significant operational and technical improvements over the previous version (6.04A). The International Civil Aviation Organization (ICAO) mandated ACAS II equipage in ANNEX 6, Part I, chapter 6.18 by January 1, 2003 for certain operators internationally. This mandate elevated ACAS II as the worldwide collision avoidance standard. It has recently been recognized that the current TCAS design may not be sufficiently flexible to adapt to the evolving National Airspace System (NAS), as reflected in the Joint Planning Development Office's (JPDO's) Next Generation Air Transportation System (NextGen) Concept of Operations, and the Operational Evolution Partnership's (OEP's) NextGen Solution Sets, as well as recent modifications that have been made to the TCAS logic. Many elements of the current TCAS design date from the 1970s and 1980s, and reflect older methods of airspace use (i.e. air traffic control provided separation based on radar data, rigid route structures, airborne surveillance of Mode C and Mode S transponders providing range and altitude but not a target's identity or intent, no performance-based flight profiles, and no situational awareness or separation tools in the cockpit). As a result, the current TCAS model may not be compatible with future NextGen envisioned procedures (i.e. continuous descent approaches (CDA), curved Required Navigation Performance (RNP) approaches, closely spaced parallel runways approaches, aircraft-based merging and spacing, closer parallel en route operations, lateral passing maneuvers in non-radar airspace) and additional collision avoidance functionality may need to be implemented as a means for addressing these envisioned shortfalls. As new procedures are developed to support NextGen, collision avoidance will need to evolve to work in concert with these procedures. In the near term, minor changes to TCAS may be sufficient to support smaller mid-term operational changes. However, it is likely that collision avoidance will evolve and become an integral part of an air-to-air systems capability; thus, the distinction between "collision avoidance" and "separation assurance" may become blurred as these systems evolve. The Draft Statement of work (SOW) shown below states the technical areas in which the contractor will support the Federal Aviation Administration. A Screening Information Request (SIR) is anticipating being released in 2011. We are considering use of a Cost Reimbursement, "Cost Plus Fixed Fee" type contract(s). The government estimate for this procurement is approximately $17 Million over a 5 year period. SCOPE OF WORK AND CAPABILITIES: Section A. Technical Capabilities. The FAA anticipates a need for contractor support in the following areas: 1. In accordance with a specific TCAS Change Proposal, the contractor will do the following: Develop pseudocode for the TCAS Change Proposal.Translate the pseudocode-based changes into statechart-based changes.Implement the pseudocode-based changes and the statechart-based changes.Analyze the TCAS Test Suite coverage.Develop new Test Cases as necessary.Compare the pseudocode-based changes and the statechart-based implementations.Validate that the proposed change to the TCAS CA logic will actually solve the problem it was intended to solve.Verify that the proposed change to the TCAS CA logic will not create other problems. 2. Update the TCAS Minimum Operational Performance Standards (MOPS) in accordance with the validated TCAS Change Proposal. 3. Support NextGen TCAS development to include the identification of areas for TCAS improvements and develop the required change proposals. Section B. Organizational Characteristics. The FAA requires contractor support that is independent and non-proprietary in behavior and performance, from contractor(s) that do not have a vested interest in any ultimate technology solutions to be adopted by the FAA. NOTE: Winning bidder(s) will NOT be eligible to participate in any equipment manufacturing, equipment deployment or fielding of final systems. Section C. Business Capabilities. The respondents should have the following business capabilities: 1.Present capability to provide the required services. Present capability includes experienced and qualified staff members (presently on staff or under binding contract) who are able to support the scope of Work and Capabilities. Responses should include the total number employees (prime contractor and subcontractors), the numbers of employees (employed/under contract) with capabilities to support work in each of the six support services areas defined in the scope of Work and Capabilities, and their associated labor categories.2.Financial ability to cover payroll and other operating and administrative expenses to accommodate Government "in arrears" payments for work performed for periods up to ninety days.3.An existing line of credit (specify the amount), or appropriate assurances that the responder would be able to obtain a line of credit (specify the amount) prior to contract award.4.Recent experience in contracting with the Federal Government. Experience prior to August 1, 2004 will not be considered recent.5.Accounting system accepted by Defense Contract Audit Agency (DCAA) or some other Government-approved auditing organization. Note: The FAA will consider making award to only those offerors with acceptable and adequate financial and accounting systems (preferably systems that have already been audited by DCAA) which are considered acceptable to support award of a cost reimbursable contract. Offerors must provide the name and phone number for the DCAA Audit Office that conducted the most recent audit of the offeror's financial and accounting systems or an indication that they have not yet been through a DCAA audit. The FAA expects to award a cost reimbursable contract as the result of a screening information request (SIR). Therefore, the contractor must have adequate financial and accounting systems to support cost accounting required for a government cost reimbursable contract. If an offeror has not yet been audited by DCAA, the FAA will either request audit(s) upon issuance of SIR or at time of actual contract award (in which case the contract award would be conditioned upon receiving positive audit findings from DCAA). SUBMISSION REQUIREMENTS AND INSTRUCTIONSResponses to this market survey must be structured as follows: Chapter 1. COMPANY POINTS OF CONTACT, BUSINESS STATUS, AND FORMS. Provide company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. Provide your assertion of status (as either a large or small business) and your respective NAICS code. Complete the attached Business Declaration form. Summary of Chapter 1 Information: General InformationCompany Name:Company Address:Principal Contact Name:Principal Contact Telephone Number(s):Company Status:Big business?Small business?8A Firm?Other?NAICS Code(s):Provided Completed Business Declaration Form?YesNo Chapter 2. SCOPE OF PRIOR WORK. Responders should substantiate and demonstrate the extent to which they would be able to provide the FAA with support services in each of the areas described in Section A, Technical Capabilities, of this announcement. Provide a very concise description of the work the organization has previously done in each of these areas. Indicate for whom was the work done and in what time periods. In each of these six areas, responders should provide an estimate of the total cost (order of magnitude) that they have billed for their work within this category during 2004-2008. [Please note that estimates of the total cost values with more than one significant digit are UNDESIRABLE. We are looking for answers like the following: ~$1,000, ~$10,000, ~$50,000, ~$100,000, ~$500,000, ~$1M, ~$5M.] Summary of Chapter 2 Information: Prior Work Within Each of the Work AreasTotal Cost Billed in 2004-2009?Work was done for which organizations?Work done in which years?Direct experience working with the TCAS Simulation Interactive Module (TSIM) software$Development of RTCA TCAS Minimum Operational Performance Standards (MOPS)$Identification of areas for TCAS improvement$TCAS Performance Monitoring$TCAS U.S. Encounter Model$Integrated Avionics Model Development$ Note: If in any of the six work areas, responders have done work for more than one organization, they may find it useful to modify the above Chapter 2 summary table in order to present each body of work on a separate row. Chapter 3. CURRENT TECHNICAL QUALIFICATIONS AND CAPABILITIES. Responders should provide a very concise description of the organization's current qualifications and capabilities in each of the areas described in Section A, Technical Capabilities, in the SCOPE OF WORK AND CAPABILITIES portion of this announcement. This should include the number of qualified employees in each of the six work areas. Summary of Chapter 3 Information: Current Technical CapabilitiesNumber of qualified employees in each of the work areas:Number employed by prime contractorNumber employed by subcontractorDirect experience working with the TCAS Simulation Interactive Module (TSIM) softwareDevelopment of RTCA TCAS Minimum Operational Performance Standards (MOPS)Identification of areas for TCAS improvementTCAS Performance MonitoringTCAS U.S. Encounter ModelIntegrated Avionics Model DevelopmentTotal number of prime contractor employees: Chapter 4. ORGANIZATIONAL CHARACTERISTICS. Responders should substantiate the extent to which they are independent and non-proprietary in behavior and performance, without a vested interest in any technology solutions adopted by the FAA. Summary of Chapter 4 Information. Organizational CharacteristicsYesNoIs independent and non-proprietary in behavior and performance?Has a vested interest in technology solutions to be adopted by the FAA? Chapter 5. BUSINESS CAPABILITIES. Responders should provide clear evidence demonstrating the extent to which they would be able to support, by the time that a contract is awarded, the business capabilities in Section C, Business Capabilities, in the SCOPE OF WORK AND CAPABILITIES portion of this announcement. Responders should also discuss their expected programmatic approach (in-house, teaming, subcontracting, etc.). If respondent is an SBA 8(a) certified business, or other small business, provide a strategy in terms of percentage of work to be completed by the 8(a) or small business respondent. Summary of Chapter 5 Information: Business Capabilities1. Number of employees with capabilities to support the work defined in the Scope of Work and Capabilities?Number employed by prime contractor: _____Number employed by subcontractor(s): ______2. Financial ability to cover payroll and other operating and administrative expenses to accommodate Government "in arrears" payments for work performed for periods up to ninety days?YesNo3. Amount of existing line of credit?$3. Amount of future line of credit to be obtained?$4. Recent contract experience with what organizations?FAA: Yes/NoFed. Govt.: Yes/NoOthers: Yes/NoIdentify organizations:5. Do you have a DCAA-accepted accounting system? If Yes, provide information on most recent DCAA audit.YesNoName and telephone number of DCAA Audit Office: 6. Do you have an accounting system accepted by some other Government-approved auditing organization? If Yes, provide information about the auditing organization:YesNoName and telephone number of auditing organization: Chapter 6. COMMENTS ON PROPOSED STATEMENT OF WORK AND OTHER RELEVANT COMMENTS. If appropriate, the responders may choose to provide brief comments on the proposed SOW and any other relevant comments and suggestions. This chapter is optional. Chapter 7. RESPONDER INTENT. Please address the following question: "If the FAA decides to pursue this procurement as a full and open competition, would you respond to such a Steering Information Request (SIR)?" SUBMISSION REQUIREMENTS AND FORMAT:Sources capable of satisfying this requirement must submit Capabilities Statements in the structure described below in order to be considered responsive. Unresponsive submissions will not be considered. Submission FormatQuantityAddressElectronic submission1 setLinwood.Gillette@faa.gov and Robert.Smith@faa.gov Hard copies1 originalFederal Aviation Administration, AJA-47& 1 copy800 Independence Avenue, SW, Room 335Washington DC 20591Attn: Mr. Linwood Gillette NOTES: The electronic submission and the hard copies should be identical. Brevity is encouraged. The complete submission should not exceed 35 pages in length. The electronic submission should be in Microsoft WORD 2003 format. Oral submissions will not be accepted. GOVERNMENT POINTS OF CONTACT: For questions, requests for additional information, etc. regarding this market survey, contact both Robert Smith, Technical Representative/FAA Headquarters/Office of Technology Development via E-mail to Robert.smith@faa.gov and Linwood Gillette/FAA Headquarters/Business and Acquisition Organization via E-mail to Linwood.Gillette@faa.gov. CLOSING DATE: All responses to this Market Survey should be submitted to the above addresses no later than 9:00 AM (EST) on Wednesday, February 9, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10399/listing.html)
 
Record
SN02374825-W 20110209/110207234540-ebf33a7b88eb4b218733c62360fc96b2 (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.