DOCUMENT
C -- Time Based Flow Management (TBFM)Trajectory Based Operations (TBO) Follow-On Acquisition Market Survey - Attachment
- Notice Date
- 11/5/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-250 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 31843
- Response Due
- 12/27/2018
- Archive Date
- 12/27/2018
- Point of Contact
- Leslie Fisher, leslie.fisher@faa.gov, Phone: 614-255-3006
- E-Mail Address
-
Click here to email Leslie Fisher
(leslie.fisher@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. Introduction to TBFM and Program History The Federal Aviation Administration (FAA or Agency) is initiating the development of an Enterprise Automation Strategy (EAS). The strategy will consider both Next Generation Air Transportation System (NextGen) requirements and end-of-life considerations to recommend a timeframe for replacement of NAS automation systems. While the Agency is initiating activities to define program and system requirements for a replacement system or group of systems, it is imperative to sustain and enhance present systems. To acquire, field, and operationalize these systems could take from 10-15 years, especially considering both the complexity of the systems themselves and the complexity of replacing them. As part of this overall effort, the Agency has a requirement for the continued system integration, sustainment, and enhancement of Time Based Flow Management (TBFM) during the 10-15-year period as discussed below. At some point in the future, new requirements or system,software performance degradation will likely necessitate the need to replace the TBFM platform in its entirety. The expectation is that a competitive procurement approach would be used at that time. The NexGen organization will periodically access future requirements and the impact to the existing automation systems so that if the need to be replace the existing system is determined, it will be identified years in advance to allow for the formulation and execution of the new program. At this time, there is no technical requirement necessitating a replacement of the TBFM platform. The FAA is currently initiating a process for the development of an Enterprise Automation Strategy. The strategy will consider both NextGen requirements and the end-of-life considerations to recommend a timeframe for replacement of these platforms. The FAA ™s Next Generation Air Transportation System (NextGen) provides the vision and roadmap for modernizing the National Airspace System (NAS) to meet future air traffic demands. The execution of this plan involves the research, development and deployment of new Air Traffic Management (ATM) systems, technologies, and decision support tools to meet these growing demands safely and efficiently. Time Based Flow Management (TBFM) will build upon previous TBFM work packages to deploy existing capabilities to additional locations in the NAS, and provide new capabilities to enable/support the Performance Based Navigation (PBN) Navigational Strategy (NAS) 2016. This Work Package will incrementally improve metering to further advance the use of PBN operations. It will also broaden the deployment of existing enhancements and capabilities that increase throughput and efficiency, particularly during periods of high traffic demand. Existing capabilities include functions such as Integrated Departure/Arrival Capability (IDAC) and Terminal Sequencing & Spacing (TSAS). New candidate capabilities are planned to include Path Stretch, TBFM Dashboard Planning Tool, and Improved TBFM-TFMS Data Integration. Integrated Departure & Arrival Capability (IDAC) provides for the identification of flights requiring TBFM departure scheduling and graphic depictions of available departure slots. IDAC provides situational awareness to ATCTs so that they can select from available departure times, request a release time, and plan their operation to meet these times. This situational awareness will be provided for various TBFM environments, from standard single departure airport departure flows to departures from multiple airports merging over a common departure fix as well as departures merging into an overhead flow. Terminal Sequencing & Spacing (TSAS) extends the scheduling capability into the terminal area. It provides arrival management guidance to TRACON controllers consistent with the schedule that En-Route controllers are striving to attain at arrival meter fixes. To achieve more precise arrival delivery, procedures are joined to approaches to provide a continuous, defined path in the terminal down to the runway threshold. There is wide availability of Required Navigation Performance (RNP) approaches with curved paths providing additional efficiency, and controllers will be able to accommodate RNP-capable aircraft along those procedures, in addition to efficiently managing non-RNP capable aircraft, even during busy traffic periods. The FAA anticipates the award of a new follow-on contract for the existing TBFM/Trajectory Based Operations (TBO) contract in 2020. This contract will continue the design, development, testing, implementation, operation and maintenance of the TBFM/TBO system. The TBFM follow-on effort will involve both the upgrading and maintenance of existing software as well as the development and implementation of new enhancements. The contract would include provisions for program management, systems engineering, quality, system design, system development, test, training, implementation, integrated logistics support, and system upgrades. The Government maintains data rights for all software necessary to sustain and enhance TBFM. The scope of the anticipated new contract includes: 1. Sustainment of existing TBFM baseline system to include maintaining current software, adaptation, documentation and addressing newly identified problems 2. Re-architecture of the system to include porting to a new platform and Client/Server based architecture for information sharing 3. NextGen enhancements to the system to include design, development, test and implementation of requirements as defined in the TBFM SSD 4. Engineering Services and Site Support as defined per the SOW, Section C.10 5. Future changes will support TBFM Technical Refresh, Interval Management (IM), and Terminal Flight Data Manager (TFDM) 2. ASPECTS FOR NEW TBFM CONTRACT The FAA will use the information received from this market survey to determine if there is viable industry competition for a new procurement for sustaining and enhancing TBFM. Listed below are the associated aspects intrinsic with sustaining and enhancing the TBFM system. a. TBFM System Availability Requirements. Any TBFM outage has a significant impact to NAS efficiency and likely results in significant delays and monetary impacts to the aviation industry and passengers. As such, the objective is to provide continuous service for Core TBFM Services and expeditiously respond to and resolve TBFM site issues impacting service availability. Some TBFM Services are anticipated to be identified by the FAA as meeting the Reliability, Maintainability and Availability (RMA) category of śEfficiency-Critical ť. As a result, the award of the new TBFM contract must not result in increased risk to satisfying the anticipated TBFM System Availability Requirements (0.9999) and overall NAS capability and availability. b. Proficiency with TBFM Development Environment Tool Sets. The TBFM Development Environment includes DOORS (requirements management) and FlightDeck (adaptation development, scenario development). FlightDeck is a software package that is common to En Route Automation development and is an essential element of the entire TBFM architecture (It is an integral part of the TBFM Maintenance and Control (M&C) subsystem, supporting a variety of functions). The Development Environment contains the tools needed to deliver the TBFM system software, documentation, and support tools for each TBFM software release. Therefore, the TBFM development team for the new contractor must be proficient on all of the TBFM tool sets. The TBFM Program Office also anticipates that there will be a new requirement for the contractor to utilize the FAA ™s Automation Issue Management System (AIMS) to manage Change Requests and Problem Reports. c. Limited Overlap with TBFM Incumbent. Transition must be accomplished as soon as possible. The Government plans for a limited overlap of the existing contract with the award of any new contract. This anticipated duration is constrained by budget and Government resources limitations. d. Comprehensive Software Design Knowledge of TBFM Software Code for Maintenance Support: The new contractor must be capable of providing full coverage of all operational software in order to respond to possible system software issues impacting system availability. The FAA does not intend for the current TBFM System Architecture to be changed from its current configuration. For latent software defects impacting service, the new contractor must be capable of determining the problem and developing the necessary field fixes so that the impact to the operational systems can be remedied as soon as possible. e. Programming Languages used in the TBFM System. The CSCIs within TBFM are primarily written or coded in ANSI C89 (ISO/IEC 9899:1990), C++ and Java, running under the Red Hat Enterprise Linux operating system. The new contractor must be able to staff personnel capable of maintaining sole responsibility for sustaining the TBFM software once the overlap period with the existing contract incumbent is over. The FAA intends that all software modifications be performed in a timely manner, as requested, with minimal replacement/revision of the underlying code. f. Comprehensive Engineering Knowledge of the TBFM System to Support TBFM System Service Restoral. The new contractor must provide a group of system engine eers, system architects and software architects that have a detailed knowledge of all aspects of the TBFM system design, including the detailed software functionality and relationships within the design, and its external interfaces. The contractor will be responsible for 24/7/365 TBFM second-level engineering support in the case of the loss of service or a significant problem at any TBFM site. This group must support 24/7/365 availability of the Help Desk and be capable of quickly assessing the problem, identifying solutions, coordinating with the site to restore operational service as quickly as possible in order to minimize the impact to the NAS and ATC services. g. Comprehensive Engineering Knowledge of the TBFM Software System to Support Design and Integration of New Enhancements. The new contractor must be capable of engineering services tasks that support engineering, analyses, design, development, implementation, maintenance, training, additional site deployment and upgrade of TBFM or related systems. These engineering services may include but are not limited to the following: directed engineering studies, prototyping designs of specific subsystems and analysis of new alternatives for a specific subsystem. The new contractor must also be capable of developing solutions that integrate new NextGen capabilities into the existing TBFM or related system. Future software enhancements to the TBFM system that introduce new capabilities and improve performance of services are anticipated and the new contractor must maintain existing waterfall(s). The work required to deploy these new enhancements is expected to begin as early as 2020, with incremental implementation within the first year. New enhancements will need to be delivered to selected sites no later than 2022 in support of FAA milestones. The work needs to be efficiently implemented soon after the new contractor is selected. h. Knowledge of TBFM Hardware and Support for Technical Refreshment Milestones. The new contractor must have detailed knowledge of all aspects of the existing TBFM hardware. The TBFM system is currently maintained using two levels of hardware maintenance: Site and Depot. Site hardware maintenance consists of preventive maintenance, checks and services, and corrective maintenance. Corrective maintenance tasks are performed to restore service to the system. Corrective maintenance tasks must not invalidate OEM warranties. Depot maintenance consists of repair and replacement of components returned from the sites and replenishment of expendable equipment ordered by the field. Changes in Integrated Logistics Support posture (i.e., workshare of maintenance typically performed by the FAA and the contractor) are anticipated as part of the new contract award. In addition to ongoing hardware support requirements, a Technical Refreshment effort is planned for existing TBFM hardware. The work required to deploy replacement equipment is expected to begin as early as 2020 and be delivered no later than 2023; therefore the work needs to be efficiently implemented soon after the new contractor is selected. 3. PURPOSE OF MARKET SURVEY This market survey is conducted in accordance with AMS Policy section 3.2.1.2.1. The purpose of this Market Survey is to investigate the capabilities and knowledge of industry and determine the level of competition in supporting the FAA ™s future needs to sustain and enhance the existing TBFM system through the timeframes specified in this market survey. This announcement is a Request for Information (RFI)/Market Survey. This announcement is not a Screening Information Request (SIR) or Request for Proposal (RFP) of any kind. The FAA is not seeking or accepting unsolicited proposals. This announcement is not to be construed as a commitment by the government for a procurement. This market survey is not a request for competitive proposals. No evaluation letters or results will be issued to respondents other than response to the request for clarifications, if any. The FAA is not liable for and will not pay for any information received or costs, including administrative costs, incurred associated with the formulation, preparation, write-up, submittal and delivery of a response to the market survey and any follow-up questions. Therefore, any costs associated with the market survey submission is solely at the respondents ™ expense. 4. INSTRUCTIONS FOR SUBMITTING INDUSTRY REQUEST FOR CLARIFICATION All clarification requests are required to be emailed to the Contracting Officer ™s attention by populating Attach. H - TBFM Market Survey Clarifications. Submit by 3:00 p.m. 11/20/2018. The FAA will respond to the clarification requests within 15 days by posting an amendment to the FAACO announcement. 5. INSTRUCTIONS FOR SUBMITTING RESPONSES TO FAA This information request is a fundamental part of the market survey. Please appropriately mark any information deemed proprietary in the market survey submission. The information provided in the market survey response will only be used for internal decision and strategic planning purposes. If any vendor believes it has the capability to satisfy this requirement, please submit a Capability Statement in accordance with the instructions below that clearly states how it will be able to do so. Any such response must include details regarding the following. a.Describe how your company can sustain and enhance the TBFM system or provide an alternative solution to meet the FAA ™s requirements. Please take into consideration the eight aspects listed in section 2.0 of this market survey and any other aspects of which you are aware. b.Describe any past efforts in which your company has assumed responsibility for an existing operational system (with system size, complexity and sustainment/enhancements requirements similar to TBFM) that was developed by another company but transitioned to your company for sustainment/enhancement support after completion of initial deployment. All Industry responses shall be submitted in the following format: Cover Page “ 1 page Common electronic readable format (Word, Excel, Power Point, or PDF) One-sided and all pages numbered Times New Roman 12-Point Font Single-Spaced 1x1x1x1 Margins Each response numbered to be consistent with the numbers in section 2 Total of (30) pages + 1 pg. Cover Page Any proprietary or confidential information contained in the Market Survey submissions should be appropriately marked. FINAL Responses Due: 12/27/2018 at 3:00 pm 6. BUSINESS DECLARATION: DUE 11/12/2018 Interested parties are requested to return by email the Business Declaration form - Attachment A to the FAA Contracting Officer listed above. 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/31843 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/31843/listing.html)
- Document(s)
- Attachment
- File Name: Attach E: ATO Operational Concepts Validation and Requirements (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94523)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94523
- File Name: Attach D: System Specification Document (SSD) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94522)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94522
- File Name: Attach C-2 Site Specific - Spares (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94521)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94521
- File Name: Attach C-1 Site Specific - Install (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94520)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94520
- File Name: Attach B: Statement of Work (SOW) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94519)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94519
- File Name: Attach A: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94518)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94518
- File Name: Attach F. Concept of Operations for Time Based Flow Management (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94539)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94539
- File Name: Attach H. TBFM Market Survey Clarifications (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/94541)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94541
- File Name: Attach G. pPRD_DRAFT (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94540)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/94540
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attach E: ATO Operational Concepts Validation and Requirements (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/94523)
- Record
- SN05143566-W 20181107/181105230704-9a85b0c2803a9508e2983174c897f167 (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 |