Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2014 FBO #4774
DOCUMENT

59 -- MARKET SURVEY: Acquisition and Refurbishment of Voice Switch Headset and Handset (VSHS) Equipment for Air Traffic Control Specialists - Attachment

Notice Date
12/18/2014
 
Notice Type
Attachment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
19058
 
Response Due
1/6/2015
 
Archive Date
1/6/2015
 
Point of Contact
Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ORIGINAL MARKET SURVEY WAS POSTED ON THE FAA'S CONTRACTING OPPORTUNITIES WEBSITE (FAACO.FAA.GOV). IF YOU ARE VIEWING THIS FROM ANOTHER SOURCE, THE INFORMATION MAY NOT CONTAIN ALL PERTINENT INFORMATION. The Federal Aviation Administration (FAA) has a requirement for acquisition and refurbishment of Voice Switch Headset and Handset (VSHS) equipment to be used by Air Traffic Control Specialists (ATCS) in the conduct of ATC operations. Headsets and handsets interface with FAA voice communications systems including voice switching systems and backup communications systems providing high quality, intelligible, transmission and reception of Air/Ground (A/G) voice communications over radios and Ground/Ground voice communications over critical telecommunications transport systems from/to the ATCS. Headsets and handsets will be interfacing with both legacy ATC communications systems as well as NextGen voice communications systems. These communications systems provide a standardized connection and power as well as volume and sidetone controls for the headsets and handsets. Voice transmissions from the ATCS using headsets and handsets are enabled by Push To Talk (PTT) signaling, It is anticipated that commercial-off-the-shelf (COTS) products are available that meet the FAA ™s specifications (see attached draft specification.) A technical evaluation will be conducted to determine the company that can provide the Best Value to the FAA. In accordance with 49 U.S.C. 50101, the FAA is subject to the Buy American Act. Acquisition Management System (AMS) Clause 3.6.4.5 Buy American-Steel and Manufactured Products (attached) is required to be included in any subsequent contract. Country of manufacture must be provided with response to this market survey. The FAA is considering the advantages/disadvantages of a five-year (one base year with four option years) vs. a ten-year (one two-year base period with four two-year option periods) contract. Industry input is invited regarding all foreseen advantages/disadvantages. Fixed-priced line items for all option periods would be expected for the duration of any resultant contract. This acquisition will use streamlined acquisition procedures employing best practices for competitive negotiated procurements as authorized by the Federal Aviation Administration Acquisition Management System (AMS) of 1997. The VSHS acquisition will establish a contract which will provide an ordering capability to provide modern COTS VSHS capability to ATC personnel. The contemplated contract will be for acquisition and refurbishment of VSHS equipment. The contract type to be employed will be an Indefinite-Delivery/Requirements type contract with fixed unit prices. The contract may include contract line items (CLINs) for engineering, a configuration management plan, a test and evaluation program, technical and logistics support employing fixed hourly rates while utilizing a Time-and-Materials pricing arrangement. This market survey is being issued to request information that will enable the FAA to make a screening decision to determine qualified firms that have the ability to provide these products/services. The FAA reserves the right to add incumbent contractors and/or other sources which meet the criteria and have performed satisfactorily on previous procurements. Qualified firms must be capable of refubishing legacy VSHS equipment manufactured by Plantronics. The NAICS code applicable to this requirement is 334210- Telephone Apparatus Manufacturing. The business size standard for this NAICS is 1,000 employees. CAPABILITY STATEMENT: All vendors responding to this market survey must provide a Capability Statement that addresses the following (in order): a. Type of products/services provided by your firm, may include specification sheets and brochures. b. Description of previous contracts for products/services that are similar in scope. Provide detailed information and past performance information for at least three (3) previous contracts including program title, customer name, contract dates, contract value, customer point of contact, and description of work performed. c. Demonstrate experience/capability for the requirements set forth in the attached Draft Statement of Work (SOW). d. Demonstrate experience/capability in product Configuration Management processes. e. Demonstrate experience/capability in product Test and Evaluation. MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST: In order to be considered responsive, organizations expressing interest in this matter must provide the following: a.Capability Statement (as defined above) b.Country of Manufacture c.5 year vs. 10 year contract input d. Completed Business Declaration Form Responses to this market survey should be via e-mail to the Contracting Officer using the following e-mail address: connie.m.houpt@faa.gov. Responses must be received no later than 3:00 p.m. CST, January 6, 2015. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. No entitlement to payment of direct or indirect costs or charges by the FAA will arise as a result of submission of responses to this market survey and the FAA's use of such information. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. 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/19058 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/19058/listing.html)
 
Document(s)
Attachment
 
File Name: (DRAFT) Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/47621)
Link: https://faaco.faa.gov/index.cfm/attachment/download/47621

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/47622)
Link: https://faaco.faa.gov/index.cfm/attachment/download/47622

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03599829-W 20141220/141218234642-5a4d565ea44695bea7db48e1bca21c8a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.