Market Survey Capability Assessment for an Orolia BroadSim Global Navigation Satellite System (GNSS) Simulator with PANACEA and Panorama Software
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Apr 12, 2023 03:47 pm EDT
- Original Response Date: Apr 20, 2023 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5820 - RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance: Atlantic City , NJ 08405USA
Description
1. Introduction/Purpose
The Federal Aviation Administration’s (FAA), Satellite Navigation Branch (ANG-E66) has a requirement for Orolia BroadSim Global Navigation Satellite System with PANACEA and Panorama software and required licensing. ANG-E66 is tasked with evaluating the performance the FAA’s Wide Area Augmentation System (WASS) and Civil Global Positioning System (GPS) signals. The GPS Civil Test Team is a part of the FAA’s Satellite Navigation Branch, and is primarily responsible for testing the resiliency and integrity of civil GPS signals for the FAA and other civil stakeholders. The GPS Civil Test Team performs testing and research to ensure safety and compatibility with civilian GPS signals within FAA’s National Airspace System (NAS). This equipment is required at the William J. Hughes Technical Center located in Atlantic City, New Jersey.
2. Nature of Competition
The acquisition strategy for the procurement has not been determined at this time. The FAA intends to review all response submittals to establish the acquisition strategy. Responses to this market survey will be used to develop the Source List to be used when the Request for Offers for this requirement is issued, and will be used to determine if there is adequate competition to set the requirement aside for eligible Socially and Economically Disadvantaged Businesses certified by the SBA for participation in the SBA's 8(a) program, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) small businesses, Small Disadvantaged Businesses (SDB), SBA certified Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or Small Business concerns; or unrestricted competition; or justification of single source. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1.
3. Standard Language
Interested entities are reminded that –
(a) This is not a Screening Information Request (SIR), Request for Proposal, or Request for Offer of any kind;
(b) The FAA is not seeking or accepting unsolicited proposals;
(c) The FAA will not pay for any information received or costs incurred in preparing the response to this submission request; and
(d) Any costs associated with this request is solely at the interested entity's expense.
4. North American Industry Classification System (NAICS) Code
The NAICS code for this requirement is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a size standard of 1,250 Employees.
5. Submission Requirements
Interested entities are requested to submit the following:
1) Respondent must provide written documentation that demonstrates its ability to meet the FAA’s Name-Brand specific requirement outlined in the attached FAA Technical Specification Sheet. Responses MUST demonstrate that any interested entity can meet ALL of the EXACT specifications listed in the attached FAA Technical Specification Sheet. Responses for alternative products or any product that does not clearly meet the Government defined specifications will not be considered.
2) Respondents must indicate their size status and provide supporting documentation of 8(a) program, SDVOSB, HUBZone, SDB, WOSB, or EDWOSB status, if applicable.
3) Respondents must indicate if they can satisfy this requirement utilizing an existing contract vehicle (i.e. GSA). If so, please provide contract information and appropriate point of contact.
The total page limitation for the Capability Statement is 2 pages – font size 12, one-inch margins, single-spaced.
Any confidential or proprietary information submitted in response to this announcement must be marked accordingly by the respondent. Any restrictions imposed by respondent on the use or disclosure of the submission content must be clearly marked on the title pages and the individual pages, as necessary. Such information will not be disclosed outside of the acquisition team.
6. Response Requirements
All responses must be sent via email to the Primary POC Paul.R.Rosengrant@faa.gov and Secondary POC Andy.CTR.Montesinos@faa.gov. Responses must be received no later than 12:00 PM (EST) on April 20, 2023.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION GRANTS, AAQ-600 ATL.CITY INTL AIRPORT, BLDG 300
- ATLANTIC CITY , NJ 08405
- USA
Primary Point of Contact
- Paul Rosengrant
- paul.r.rosengrant@faa.gov
- Phone Number 6094854435
Secondary Point of Contact
- Andy Montesinos CTR
- Andy.CTR.Montesinos@faa.gov
- Phone Number 6094855152
History
- May 05, 2023 11:58 pm EDTPresolicitation (Original)