Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2005 FBO #1367
MODIFICATION

99 -- Advanced Technologies and Oceanic Procedures (ATOP) Maintenance Support

Notice Date
8/22/2005
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A FAA Headquarters (ASU)
 
ZIP Code
20591
 
Solicitation Number
DTFAWA-05-R-02551
 
Response Due
8/30/2005
 
Point of Contact
OSITA UMEH, (202) 385-8449
 
E-Mail Address
osita.umeh@faa.gov
(osita.umeh@faa.gov)
 
Description
The Oceanic and Offshore Directorate has developed and deployed the ATOP system at the Oakland, New York, and Anchorage Air Route Traffic Control Centers (ARTCCs). The ATOP automation system creates a single, satellite based, integrated oceanic ATC system for all three oceanic sites. The deployed system makes use of the latest communications and surveillance technology, provides integrated radar data processing capability, and delivers enhanced conflict probe to achieve reduced aircraft separation. The New York ARTCC is fully operational on the ATOP system, and the Oakland ARTCC is scheduled to initiate full transition activities to ATOP in October 2005. The Anchorage ARTCC is planned to conduct initial operational use of the system by March 2006. To successfully deploy and maintain the ATOP system, the Oceanic and Offshore (O&O) Services Directorate requires contractor provided staff beyond the levels currently identified in the ATOP contract. These resources are necessary to provide field maintenance support at the Oakland, New York, and Anchorage Air Route Traffic Control Centers and provide on-going second level engineering support at the William J. Hughes Technical Center (WJHTC). The O&O Services Directorate has identified the need for this staffing to occur from the August 2005 to July 2011. Currently, the incumbent provides these services. The minimum technical software and hardware support capabilities are as follows: 1. Field Maintenance Support · Provide hardware remove and replace support for IBM RISC processors, Sony Displays, Cisco Switches, and ATOP related equipment. · Provide software maintenance and system administration for AIX systems · Provide problem determination analysis for the ATOP system components (Ocean 21, Sunhillo, Micro-EARTS, and Barco Tellar) using ATOP tools such as FAA maintenance procedures, System Wide Analysis Capability (SWAC), DR&A database. · Package and test local ATOP software builds · Create and modify site specific ATOP adaptation · Support ATOP training activities at the three oceanic sites 2. Second Level Engineering · Perform ATOP system builds. · Utilize ATOP support and analysis tools and interpret data collected. · Perform Government-directed PTR corrections (Requires Source Code access from LMTSS, Adacel, and Sunhillo). · Develop technical instructions for the implementation of modifications. · Utilize adaptation tools and create/modify adaptation databases. · Respond to FAA Help-Desk inquires or requests for assistance. · Perform configuration management and maintenance of commercially available software used with the Ocean 21 system. · Support/Conduct PTR verification testing activities at the WJHTC, contractor facility or field sites. · Support/Conduct PTR regression testing activities at the WJHTC, contractor facility or field sites. · Support/Conduct baseline regression testing and test suite development activities at the WJHTC, contractor facility or field sites. · Support/Conduct key site testing activities at the field sites. · Develop ATOP test scenarios. The anticipated contract type for this procurement is Time and Material. The period of performance is 6 years with a total estimated cost of $122,000,000. Interested vendors shall respond with a technical statement of experience and proven capabilities of working technically equivalent systems in a similar environment, and a proven record of providing timely and efficient support services. Vendors shall address the software and hardware support capabilities identified above. Vendors shall also provide a transition plan detailing the steps necessary to transfer the support work without impacting system deployment and maintenance support to the three sites and the WJHTC. Submitted documentation must not exceed 25 pages in length on single sided 8 ½ by 11 inch paper. The FAA will not pay for any information received or costs incurred in preparing the response to this announcement. Any proprietary information should be marked. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Responses must be received by no later than 10.00am, August 30, 2005. If interested, and capable of meeting all requirements, please contact the Contracting Officer at the above listed e-mail address. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
FAA Contract Opportunities
(http://www.eps.gov/spg/DOT/FAA/HQ/DTFAWA-05-R-02551/listing.html)
 
Record
SN00876542-F 20050824/050822212954 (fbodaily.com)
 
Source
FedBizOpps.gov 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.