Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391

Federal 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