|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391Federal Aviation Administration, 800 Independence Avenue, S.W.,
Washington, D.C., 20591 95 -- AVIATION SYSTEMS INTEGRATION AND ANALYSIS TECHNICAL SUPPORT. DUE
080495 POC Marvin Poindexter, Contract Specialist, 202/267-7039 The
Federal Aviation Administration intends to award a contract to Ohio
University on a sole-source basis, to provide analytical, mathematical
modeling and technical/engineering support under a cost reimbursement,
level of effort contract for a five-year period starting October 1,
1995. The scope of work will include, but is not limited to, expertise
and analytical capabilities in the following National Airspace System
(NAS) subsystems and related requirements: Development of NAS system
engineering and transition plans, validation of requirements and
overall system planning through research, analysis, modeling and
testing when necessary. This work may include, but not be limited to,
system integration and analysis of systems such as VOR/DME,
nondirectional beacons, voice and data communications, VHF direction
finding systems, Loran-C and other supplemental NAS-supporting aids.
The work requires rapid-reaction communication or navigational-aid
studies that draw upon data archives of either the FAA or Ohio
University, and analysis, data collection and reduction, using
instrumented aircraft and specialized ground-test facilities. Ohio
University's data archives are believed to be proprietary. Support of
the Government in its activities to integrate satellite-based
navigation systems and services with the communications, surveillance
and ATC elements of the National Airspace System. Emphasis is placed on
technical support of the related work programs of the International
Civil Aviation Organization (ICAO) All Weather Operations Panel and its
Advanced Surface Movement Guidance and Control System (A-SMGCS)
program, the ICAO Global Navigation Satellite Systems Panel (GNSSP),
and the Testing of Radio Navaids Study Group; technical support of the
related work programs of the RTCA; design reviews and technical
interchange meetings; analysis, modeling and measurement of current and
advanced navigation, communication and surveillance systems. Ohio
University has demonstrated, in previous work for the FAA, the
following unique capabilities: 1. The NAVSTAR Global Positioning System
(GPS), 2. Air Traffic Control System operations and procedures, 3.
System engineering, specifically applied to current and emerging
navigation and landing systems, 4. Detailed knowledge of the ongoing
work programs of the ICAO All-Weather Operations, Global Navigation
Satellite Systems and Obstacle Clearance Panels, 5. Detailed knowledged
of the ongoing satellite-based navigation system-related work programs
of the RTCA, 6. Landing and navigation systems siting and performance
criteria and siting optimization methods for VOR, DME, ILS, MLS,
Loran-C, VHF/DF, GPS, 7. Software engineering, including modeling and
simulation of the GPS space and user segments and experience with
navigation system signal modeling related to aircraft flight control
system certification, 8. Facilities, data, and equipment owned or fully
provided by the contractor to perform work as outlined in the scope of
work above, including: a. Airport facilities equipped with
satellite-based navigation system test beds capable of mounting
experimental equipment for evaluation; b. Aircraft equipped with the
full range of instruments capable of detailed evaluations of
satellite-based navigation systems as well as current systems (i.e.,
ILS, VOR, DME, MLS, VHF/UHF communications, and Loran-C signals) and
online processing of flight data; c. Navigation and landing system
ground test and flight reference capabilities. Interested offerors
should identify their ability to respond to the requirement by
specifically addressing each of the capabilities set forth above.
Response containing only company brochures, catalogs or other generic
information will not be evaluated. For the above capabilities, all
experience indicated should include relevant experience over the last
three years, including a description of the work performed; the
contract number, the identification of the Government of commercial
agency for which the work was performed (identify all efforts performed
as a subcontractor); and the name, title, and telephone number of the
Contracting Officer and the Contracting Officer's Technical
Representative. The respone addressing each of the above capabilities
should be limited to twenty (20) pages excluding attachments. Inquires
and responses received within 16 days after the publication date of
this notice will be considered. No solicitation is available.
Unsolicited proposals are not desired and cannot be accepted. The FAA
will not pay for any information received nor for any administrative
cost incurred. Telephone inquiries will not be accepted. Telegraphic
responses will not be accepted. A determination by the Government not
to open the requirement to competition based upon response to this
notice is soley within the discretion of the Government. Information
received as a result of this Notice of Intent will be considered solely
for the purpose of determining whether to conduct a competitive
procurement. Respondents will not necessarily be notified of the
results of the evaluation. Responses to this notice should be sent in
triplicate to the Contract Specialist. (0198) Loren Data Corp. http://www.ld.com (SYN# 0617 19950718\95-0001.SOL)
95 - Metal Bars, Sheets and Shapes Index Page
|
|