SOLICITATION NOTICE
99 -- Engineering support for Runway Incursion Reduction Program (RIRP)
- Notice Date
- 5/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-47 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWA-08-C-00085
- Response Due
- 5/15/2008
- Point of Contact
- Steven Bobby, (202) 493-4786
- Small Business Set-Aside
- N/A
- Description
- This public announcement is being issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System Sections 3.2.1.3.12 and 3.2.2.4. The Federal Aviation Administration (FAA) intends to issue a small business contract to Architecture Technology Corporation of Eden Prairie, Minnesota. This is a Bridge Contract with a 12 month Base year and 6 month option period with a total estimated value of $1.3 Million. A competitive procurement will be initiated in 12 months. This bridge contract provides systems engineering and support services in support of the Runway Incursion Reduction Program (RIRP). Requirements are to install, integrate and test runway safety technologies and conduct operational evaluations of these technologies at specified airports in the NAS. Specifically, the RIRP will procure and install Low Cost Ground Surveillance (LCGS) systems at up to 6 airports during fiscal year 2009 in order to evaluate their technical performance and narrow FAA investment alternatives for a national deployment program. Additionally, the RIRP is in the process of expanding the Dallas/Ft. Worth (DFW) test bed to include Runway Status Lights (RWSL) on the east airfield runways and the addition of the enhanced Final Approach Runway Occupancy Signal (eFAROS) prototype. Finally, the FAA is required by Congressional direction to evaluate a runway safety technology - the Runway Occupancy Warning System (ROWS) proposed for evaluation at the Gulfport, Biloxi Airport. Architecture Technology Corporation (AT Corp) is uniquely qualified to perform the work required under the proposed contract on the basis of unique products and specialized expertise currently at hand. In particular, AT Corp developed, under SBIR N96-093 (Phase I and II), a Reconfigurable Interface Simulation/Stimulation Tool (RISST) that is being adapted for reuse on LCGS and RWSL system integration and test activities under this contract. The FAA requires performance and delivery of products that rely on adaptation and use of this tool beginning in June 2008. They are performing similar work in support of RWSL and LCGS under the precursor contract and in the course of that work have assembled test equipment and prototyped hardware and software for use in performing tasks on the aforementioned projects. They have also cultivated specialized expertise in designing and adapting these tools and prototype equipment. This is not a request for proposal synopsis nor is the FAA seeking or accepting unsolicited proposals. The FAA is not liable for costs associated with replies to this announcement. This announcement is prepared for informational purposes only. Inquiries relative to this public announcement are to be submitted in writing. They should be addressed to the Federal Aviation Administration, 800 Independence Ave., S.W., Washington, DC 20591, ATTN: Stephen M. Bobby Contracting Officer ASU-330, steven.bobby@faa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d7ff46311ca5ff7dda707554a9a5a817&tab=core&_cview=1)
- Record
- SN01569449-W 20080510/080508220810-d7ff46311ca5ff7dda707554a9a5a817 (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 |