Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

99 -- Terminal Automation System Independent Data Analysis and Solution Development (formerly known as Independemt Verification and Validation)

Notice Date
3/25/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-461 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
10568
 
Response Due
4/11/2011
 
Archive Date
4/26/2011
 
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
Terminal Automation System Independent Data Analysis and Solution Development. The purpose of this market survey is to assess industry capability for Terminal Automation System Independent Data Analysis and Solution Development (formerly known as "Independent Verification and Validation") effort for the FAA's Terminal Automation Group (ATO-T). The effort is a continuation of work currently being performed by a small business. At this time, the acquisition strategy has not been determined. The results of this survey will be used to determine be the type of set aside for competition between small businesses. Interested small businesses are requested to submit the attached Business Declaration form with their responses (See Attachment A). The Request for Offer (RFO) is targeted for release in the Spring/Summer 2011 timeframe. The North American Industry Classification System (NAICS) code for this effort has been identified as "541512 Computer Systems Design Services" with a size standard of $25M or less of gross annual receipts over the past year. FAA will consider vendor suggestions, with explanation, for use of other NAICS codes consistent with the areas of effort described herein. Include any explanations in a separate section. Explanations will not count against page limitations. The FAA will also consider prime subcontractor relationships as long as the Small Business criteria are adhered to. The requirement is for Independent Data Analysis and Solution Development for the FAA Automation Systems, including Standard Terminal Automation Replacement System (STARS) and the Common Automated Radar Tracking System (CARTS). Raytheon Company is the STARS prime contractor. Lockheed Martin is the CARTS Prime Contractor. These systems collect information from various sensors (including Multilateration and Automatic Dependent Surveillance and Broadcast (ADS-B)), weather sensors, and flight plans for each aircraft. Each system integrates the collected data into graphical and textual presentations used by air traffic controllers to safely and efficiently direct aircraft in Terminal Service Areas. These systems are currently operational nationwide at Terminal Radar Approach Control Facilities and Air Traffic Control Towers. The STARS system is operational at DoD sites nationwide and internationally. The systems undergo evolutionary and complex software development, often including new and improved functionalities including those for alerts and safety. The FAA has a continuing need for Data Analysis and Solution Development to ensure that system software evolution continues to decrease the accident risk, the number of incidents, and reduce traffic delays while allowing for inclusion of future software enhancements that meet the challenges of growth and change. The FAA is requesting that potential vendors provide appropriate responses of no more than 25 pages to the following FAA areas of interest: Please label each response with the same numerical sequencing identified below. 1. Generalized Skill Sets:Expertise with surveillance fusion of multiple sensor inputs into a single display and processing systemIn-depth knowledge of Kalman and Alpha-Beta filter designs and filter parametersExpertise in re-hosting Terminal Automation software on test bed platformsExperience which directly relates to the effort set forth in this announcement with sufficient narrative descriptionC++, ANSI C, and Linux capabilitiesExpertise in Sun Workstation Platforms, Motorola Power PCs, and other PC modelsWorking knowledge of near-term NextGen goals and requirementsWorking knowledge of Area Navigation/Required Navigation Performance (RNAV/RNP) routes, architecture, and procedures.2. Trackers and Tracker Registration related to FAA/DoD surveillance sensors and FAA/DoD Automation Systems including STARS and CARTS Skill Sets: Overall experience with surveillance sensors and trackers Development and analysis capability related to tracker algorithmsExperience with reconciling reported single sensor and fused position reports with position truthExpertise with dynamic bias correction, including those in a multisensor environmentKnowledge of multi-sensor registration function and recommendations on automating the functionExpertise with the effect of high performance targets on the correlator and altitude trackerKnowledge and experience with extrapolation errors and conversion to stereographic plane 3. Analysis Skill Sets:Data reduction and analysis of Fusion-related performance tradeoffsData reduction and analysis of filtering schemes, including those associated with Kalman and Alpha-Beta filters and data source filtering based on reported quality factorsAnalysis of Integration of multiple sensors Data reduction and analysis of track position calculation algorithmsCost and benefits analysisProcessing power and load analysisAbility to extract pertinent and relevant data from Terminal Automation data recordings using development Data reduction and analysis toolsModeling tools for Terminal Automation surveillance input, Tracker processing, and Tracker output (display)4. Test Capability skill sets, including capability for independent analysis/development of test tools to validate tracking algorithms and system performance.5. Statistical Analysis skill sets, including experience in analysis of live data recordings to construct a baseline performance measure.6. Company ResourcesSubject matter expert(s) and length of experience in surveillance or air traffic control systems.Personnel experience and length of experience in analysis and assessment of design, development, and implementation of Air Traffic control safety functions software.7. Potential Program Director(s) knowledgeable in Air Traffic control system issues, tracking and safety.8. Vendors responding to this survey must meet the following criteria: A.Be a Certified Small Business in accordance with NAICS Code 541512, or a suggested code consistent with the areas of interest described above. B.Must not have a relationship between prime contractors Lockheed Martin, Raytheon Corporation, ITT Corporation or Sensis Corporation during the last 10 years with regard to Air Traffic Control software, hardware, or support. The FAA considers that a relationship with Lockheed Martin, Raytheon, ITT Corporation or Sensis Corp[oration could jeopardize the independence of the Independent Data Analysis and Solution Development contractor decision making and raise potential issues of conflicts of interest. C.Must not have an existing financial or contractual relationship between prime contractors Lockheed Martin, Raytheon Corporation, ITT Corporation, or Sensis Corporation. The responses to this survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Any cost associated with a market survey submission is solely at the interested vendor's expense. Proprietary information in the response should be marked as proprietary.Responses to this market survey are to be submitted to the following address no later than COB April 11, 2011. U.S. Mail Address:U.S. Federal Aviation AdministrationATTN: Chontice Wilkins, AJA-46800 Independence Avenue, S.W. Washington, D.C. 20591 Hand delivery/Federal Express Delivery: (Preferred delivery method)U.S. Federal Aviation AdministrationATTN: Chontice Wilkins, Room 4W42DS600 Independence Avenue, S.W.Washington, D.C. 20591 Vendors are also advised that E-mail submission of responses to Chontice.Wilkins@faa.gov by the due date of COB April 11, 2011 are acceptable. Please submit responses as a MS Word or PDF file. Please call Chontice Wilkins at 202-385-6156 to confirm submission of E-mail responses. All communications and questions shall be directed to Ms. Chontice Wilkins at 202-385-6156 or Chontice.Wilkins@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/10568/listing.html)
 
Record
SN02409405-W 20110327/110325234432-3fd714df0e3387bbd373e7599014cfb4 (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.