SPECIAL NOTICE
99 -- COPY OF: FAA's Interfacility and Radar Simulator (FIRS)Products Suppport Service
- Notice Date
- 5/21/2018
- Notice Type
- Synopsis
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-630 CT - William J. Hughes Technical Center (Atlantic City, NJ)
- ZIP Code
- 20591
- Solicitation Number
- 30255
- Response Due
- 5/29/2018
- Archive Date
- 5/29/2018
- Point of Contact
- Knight Kimberly, kimberly.a.knight@faa.gov, Phone: 609-485-4622
- Small Business Set-Aside
- N/A
- Description
- Purpose of the Announcement: In accordance with the FAA Acquisition Management System (FAA AMS) paragraph 3.2.2.4, the purpose of this announcement is to inform industry of the of the FAA's decision to contract with a selected source via single source procedures. The Federal Aviation Administration (FAA) intends to award a single Indefinite Delivery, Indefinite Quantity (IDIQ) Time and Materials type contract to JVN Communications, Inc., Absecon, New Jersey. The requirement is to provide engineering services to the Air Traffic Organization (ATO) - Terminal Second Level Engineering (TSLE) with FAA Inter-facility Radar Simulator (FIRS), Simulation Driver Radar Recorder (SDRR) and Graphical Scenario Generation Tool (GSGT) and other products that are proprietary including all enhancements, new requirements and maintenance of their products. In addition, the TSLE provides support to all major National Air Space systems including but not limited to the following: Common Automated Radar Terminal Systems (CARTS), Standard Terminal Automated Replacement System (STARS), STARS local Integrated Tower Equipment (LITE), STARS Enhanced Local Integrated Tower Equipment (ELITE), and interfaces with En Route Automation Modernization (ERAM). These systems will be referred to collectively as Air Traffic Control (ATC) Automation Systems. TSLE supports systems deployed at the WJHTC Terminal and En Route Laboratories, Mike Monroney Aeronautical Center (MMAC) training facilities, Terminal Radar Approach Control Facilities (TRACONs), and Operational Support Facilities (OSFs). The procurement action is required to purchase services in support of the FIRS tool suite. The FIRS tools suite supports the testing of Terminal and En Route Automation systems, Data Reduction and Analysis (DR&A) of live and simulated data, and training at Terminal OSFs, TRACONs, the WJHTC, and the MMAC. Required will be enhancements and maintenance to the servers and/or standalone processors, user licenses and training of Simulation Driver Radar Recorder (SDRR), Graphical Scenario Generation Tool (GSGT), Airspace Visual Display (AVID), Site Shadow and Dynamic Simulation (DUSM). Each product encompasses hardware, Linux operation system, application software and permanent user licenses. JVN Communications Inc. owns intellectual property rights to all FIRS applications (hardware and software) and device drivers. The FIRS tool suite compiles hardware and software products together with an operating system and modified application of Commercial Off-the-Shelf (COTS) software. FIRS can be transported to support the analysis of ATC Automation Systems. The FIRS tool suite includes portable, rack mounted, and desktop systems. Maintenance and enhancement of the FIRS tool suite requires knowledge of the hardware and software for both the operation and support components. JVN Communications, Inc. is the original manufacturer for the FIRS platform that includes Standalone Interfaculty Radar Simulator (SIRS), Rack-mount Inter-Facility Radar Simulator (RIFRS), Simulation Driver Radar Recorder (SDRR), Graphical Simulation Generator Tool (GSGT), Airspace Visual Display (AVID), Random Access Plan Position Indicator (RAPPI), and Interfacility Shadow (IFShadow). As such, JVN Communications, Inc. retains the proprietary data rights and the only vendor capable of providing the required software, firmware and hardware to support the Standard Terminal Automation Radar System (STARS), Common Automated Radar Terminal System (CARTS) and En Route Automation Modernization (ERAM) testing environments. A full and open competition is not available for this requirement. If your firm does not agree with the single source determination, please provide evidence of your firms' capabilities and experience in providing the above services. The FAA will evaluate them accordingly. All responses to this announcement must be directed to Kimberly Knight no later than 1:00 P.M. EST, May 29, 2018. Responses must sent via email to kimberly.a.knight@faa.gov. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/30255 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/30255/listing.html)
- Record
- SN04928865-F 20180523/180522062902 (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 |