SOLICITATION NOTICE
99 -- Flight Data Input/Output (FDIO) Terminal Server
- Notice Date
- 8/29/2012
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-220 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 12255
- Response Due
- 9/20/2012
- Archive Date
- 10/5/2012
- Point of Contact
- Katherine McCray, 202-385-6173
- E-Mail Address
-
katherine.mccray@faa.gov
(katherine.mccray@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This market survey is issued in accordance with FAA Acquisition Management System (AMS) paragraph 3.2.1.2.1, to obtain information necessary to determine whether adequate competition exists to set-aside this requirement among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The FDIO system distributes NAS flight plan data, weather information, and general information to associated Air Traffic Control Towers (ATCT), Radar Approach Control (RAPCON), and Terminal Radar Approach Control (TRACON) remote sites. The FDIO system also allows flight plan data to be entered into the NAS from the remote sites. The FDIO System is comprised of the FDIO Gateway (FDIO-G) equipment at the 22 ARTCC and the Personal Computer-Remote Control Unit (PC-RCU) equipment and associated peripherals located at FAA and DoD FDIO remote sites. The remote site PCRCU systems interface via the FAA Telecommunications Infrastructure (FTI) with the FDIO-G at the associated ARTCC which is connected to the NAS Host Computer System (HCS) or ERAM system via the EnRoute Communications Gateway (ECG). The PCRCU routes flight plan information to the Replacement Flight Strip Printer (RFSP), Replacement Alphanumeric Keyboard (RANK), and Cathode Ray Tube (CRT) or other display elements through serial channels. As part of a technical refresh program, the FAA intends to implement Terminal Servers at all existing FDIO locations. The current FDIO peripherals are unique in the way they communicate to the PC-RCU system. The Terminal Server will allow for the transition to COTS based peripherals. The selected vendor will be responsible for the design, development and production of the Terminal Servers, including all software, hardware, and firmware development necessary to meet the FAA's minimum requirements. The FAA currently plans to release a Screening Information Request/Request for Proposal (SIR/RFP) in TBD. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing an FDIO Terminal Server as described. The principle North American Industry Classification System (NAICS) code for this effort is TBD. This is not a RFP. In order to make this determination the FAA requires the following from interested vendors: Submission of capability statement that clearly demonstrates: (a) the administrative and technical skills and experience required to fully comply with the requirements of this effort; (b) the ability to work successfully within the FAA infrastructure in complying with the safety, security, and operational requirements contained in FAA Orders and Advisory Circulars for performance of duties on airport property or within the confines of secured FAA facilities; and, (c) the availability of a FDIO system similar to that being requested by the FAA for this project. The FDIO Terminal Server specification is provided as Attachment A to assist in your response. Responses must be submitted on company letterhead, in a type font no less than 12 point and shall not exceed 15 pages in total length. Excessively elaborate responses containing marketing materials are not desired and may be discarded without review. Interested vendors shall also submit the Business Declaration Form provided as Attachment B, not to be included in the 15-page submission limitation. The FAA will not pay any costs incurred by the vendor as a result of participation in this survey. Any information provided under this market survey is for informational purposes only and will not be released to the public. Any proprietary information submitted must be adequately marked as proprietary and will be protected accordingly. Responses must be received no later than 3:00 PM Eastern Standard Time on TBD. The FAA prefers that all submittals, including attachments, be submitted electronically to the Contracting Officer at curtis.fields@faa.gov. Please submit in either Microsoft Word (*.doc) or portable document file (*.pdf) formats. If unable to respond electronically, please send three hard copies by the indicated deadline to: Federal Aviation Administration 600 Independence Avenue, S.W., Washington, DC 20591 Attn: Curtis Fields, Contracting Officer, AAQ-220 FOB10B, Suite 4W150 Phone: (202) 385-8649
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/12255/listing.html)
- Record
- SN02860226-W 20120831/120829235727-12416a37a8e2e503da6e4728b0eb4c4b (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 |