Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOURCES SOUGHT

17 -- AN/TSQ-135 Mobile Tower System (MOTS)

Notice Date
10/25/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-RSA - (Missile), BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q13RFISC1
 
Archive Date
12/13/2012
 
Point of Contact
Sarah E. Chatman, Phone: 2568766877
 
E-Mail Address
sarah.chatman@peoavn.army.mil
(sarah.chatman@peoavn.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The AN/TSQ-135 Mobile Tower System (MOTS) is a highly mobile tactical system designed to rapidly set-up and quickly establish air traffic services (ATS) during the initial phases of deployment, and sustain those services throughout operation and redeployment. The services provided include: sequencing and separating both arriving and departing aircraft; coordinating instrument meteorological condition (IMC) recovery of aircraft; and coordinating in-flight emergencies and personnel recovery actions. The MOTS is also tasked with the rapid restoration of terminal Air Traffic Control (ATC) operations during missions such as disaster relief or other Defense in Support of Civil Authority operations. The system is mounted on a Medium Tactical Vehicle (MTV) and is supported by two High Mobility Multipurpose Wheeled Vehicles (HMMWV). The system is air deployable by C-17 and larger aircraft, is CH-47 lift-capable (when separated from the MTV), and meets international Air Traffic Control (ATC) standards with modernized, digital jam-resistant, and cryptographic secured communications. MOTS will utilize the Tactical Operation Center Inter Communication System (TOCNET) software. The MOTS provides secure, jam-resistant radio communication capabilities using 10 multi-function very high frequency (VHF) / ultra high frequency (UHF) radios and associated antenna systems that can be selected for operation in either the VHF or UHF bands. The system includes and interfaces with an AN/ARC-220 radio to transmit and receive ground-to-ground and ground-to-air voice. The MOTS includes cables, masts, and antenna mounting hardware to remote RF antennas up to 80 feet from the shelter. The system also includes meteorological sensors and the capability to locate these sensors a minimum of 3,000 feet from the shelter to provide measurements of conditions where the aircraft will actually take off and land. The MOTS is able to interface with the Airfield Lighting System (ALS). A climate control system with Environmental Control Units (ECUs) is required for the shelter. The shelter provides room to allow four soldiers in the target audience (5th percentile female to 95th percentile male Soldiers) to move within the shelter without stooping or bending to avoid overhead obstacles and not come into contact with other personnel and equipment, while wearing combat and protective gear ECW, CW, or MOPP 4 clothing. The MOTS provides an operator console for a minimum of three operators that includes touch-screen, flat panel displays for data display. The shelter has a modular platform with stairs, or stair ladder, and handrail to allow safe entry and exit through the shelter door. The MOTS will provide an intermediate platform area with ladder, appropriate guardrails and toe board, suitable for allowing safe installation and removal of communication and collision avoidance equipment on top of the shelter. The shelter has a platform area with ladder, suitable for allowing safe maintenance of the shelter roadside windows. The windows of the shelter, except for the window located on the door, have a 15 degree slant preventing any reflectivity issues. The MOTS shelter is capable of dismounted (stand-alone) operations when the MTV is disabled, requires maintenance, is used for other transport, or the system is to be semi-permanently emplaced. The MOTS will be fielded on the basis of one MOTS, per ATS Company, in each Airfield Operation Battalion and General Support Aviation Battalion. Each ATS company provides terminal ATC for one fully instrumented airfield (MOTS, Ground-Controlled Approach RADAR/Air Traffic Navigation Integration Control/Coordination System (ATNAVICS), and a non-directional beacon) in theater. These assets support main logistics bases that require airspace deconfliction and synchronization of a high density of fixed and rotary wing air traffic that is associated with high OPTEMPO operations. The MOTS, when collocated with ATNAVICS, provides a near all-weather precision and non-precision approach, and instrument meteorological conditions recovery capability to aircraft operating within airspace designated for air traffic movement. It also serves as the localized hub for communicating with combat search and rescue aircraft, medical evacuation aircraft, and provides current airspace/weather information to arriving and departing aircraft operating in the vicinity of its airspace. The MOTS provides a capability to remote and operate the three operator positions at least 300 feet from the tower cab shelter, so that the operators can operate from a fixed based facility using MOTS system components. This Request for Information (RFI) is issued solely to gather information for planning and market research purposes, and will not be publicly released. In accordance with FAR 15.201 (e) and FAR 52.215-3, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Submitting information for this RFI is voluntary, and participants will not be compensated or paid for information solicited by it. This is not a request for proposals; and therefore the Government will not award a contract on the basis of this notice. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Proprietary information should be clearly marked, and respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. In responding to this RFI, please adhere to the areas of concentration and their numbering. If you cannot respond to a specific statement, please acknowledge so by placing "NA" by the applicable number. General: 1. Provide a brief description of your company's expertise and qualifications for providing Engineering Services and Logistics support for mobile air traffic control towers and portable airfield lighting systems. 2. Provide examples of your company's experience in designing/redesigning C4I systems, as well as examples of your company's integrated approach to production, software enhancements and fixes, fielding, and maintenance of previously produced systems. Please give clear and concise descriptions. 3. Provide information on hardware and software production/modification and production/modification acceptance test (PAT) of C4I systems and their internal modules, maintenance and retrofit of previously produced C4I systems. 4. Identify commercial and military sales history, to include: dates, customers and quantities. Technical: 1. Describe the qualifications of your engineering staff that have experience in the design, production, and integration of mobile air traffic control systems, portable airfield lighting, and/or C4I systems. 2. Describe your company's experience regarding integration of vehicular electronics and communications for civil and military operations, to include digital data and voice communications using the VHF, UHF, HF and SATCOM frequency bands. 3. Describe your company's experience in developing, maintaining, and executing production plans for the integration of vehicular electronics and communications for civil and military operations. 4. Describe your company's production experience and facilities you have available for production and integration of mobile air traffic control systems, portable airfield lighting, and/or C4I systems. 5. Describe your company's software development experience in the areas of Software Development Plans, Code Development, Code Modification/Maintenance, Software Documentation, Software Safety/Hazard Analysis, Software Development Testing, Data Reduction and Analysis, Configuration Control, Collaborative Software Development, and 2D/3D graphics. 6. Describe your company's experience with software interoperability testing with other C4I systems. 7. Describe your company's experience with Field Service and technical support to exercises and demonstrations. 8. Describe your company's experience with software modification, to include: incorporation of Army Gold Master (AGM) Operating Systems, Graphical User Interfaces (GUI), implementation of Military Standard (MIL STD) Tactical Data Link protocols, and configuration management of software baseline changes. 9. Describe your company's experience with RESET of C4I systems. 10. Describe your company's experience with Quality Assurance Testing, Customer Acceptance Testing, Army Interoperability Certification Testing, and Joint Interoperability Testing support for C4I systems. 11. Describe your company's experience with developing modification work orders, and planning and conducting retrofits of C4I systems. 12. Describe your company's experience with developing Service Oriented Architectures (SOA), web services, and thin and thick clients for C4I systems. 13. Describe your company's experience with Information Assurance Vulnerability Management (IAVM) and conduction of IAVM Compliance procedures. 14. Describe your company's experience with tactical voice and data transceivers, and their incorporation into existing C4I systems. 15. Describe your company's experience with integration and maintenance of cryptographic equipment in C4I systems. 16. Describe your company's experience with development of Interactive Multimedia Instruction (IMI) and Computer-Based Training (CBT). 17. Describe your company's experience in developing or updating Technical Data Packages. 18. Describe your company's process for tracking program risks and mitigation steps utilized on past contracts that reduced risks to an acceptable level. 19. Describe your experience in re-designing an existing hardware component from a technical data package to meet specific form, fit, and minimal function requirements. 20. Describe your company's experience in partnering with industry to incorporate software into your hardware product. 21. Describe your company's experience regarding the operation of a 24/7 help desk for customer support. Desired response format : The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat, and that these responses address each of the above characteristics and any other important technical aspects of the product. Please submit all questions and email responses to: sarah.chatman@peoavn.army.mil. Responses must be received no later than 4:30 PM CST on Wednesday, 28 November 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0ef9f87933d6f8447e3b54b2ad52cd44)
 
Record
SN02919220-W 20121027/121025234001-0ef9f87933d6f8447e3b54b2ad52cd44 (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.