Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

R -- Market Survey: Voice Switch National Maintenance and Logistics Support

Notice Date
5/22/2020 2:15:18 PM
 
Notice Type
Presolicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
22052020
 
Response Due
6/23/2020 1:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Stephen Young, Phone: 202-267-4440, Keri Henderson, Phone: 424-405-7021
 
E-Mail Address
stephen.young@faa.gov, keri.henderson@faa.gov
(stephen.young@faa.gov, keri.henderson@faa.gov)
 
Description
Title Market Survey for�Voice Switch National Maintenance and Logistics Support Announcement Type Pre-Solicitation / Market Survey Date Posted 05/22/2020 Date / Time Closed 06/23/2020 / 4:00 PM (Eastern Time) Solicitation / Contract # 22052020 Contact Name / Organization Stephen Young / AAQ-310 Region Issuing Office WA - FAA Headquarters (Washington, DC) Phone / Email 202-267-4440 / Stephen.young@faa.gov Alternative POC���� Keri Henderson keri.henderson@faa.gov������������� Details Set-Aside n/a NAICS Code 811213 Classification Code n/a Procurement Method Commercial/Simplified Region(s) of Performance n/a The Federal Aviation Administration (FAA) has a requirement for national maintenance and logistics support services of Northrop Grumman manufactured Rapid Deployment Voice Switching (RDVS), Enhanced Terminal Voice Switch (ETVS), and Small Tower Voice Switch (STVS) systems, which provide voice communications switching in Air Traffic Control Facilities and Automated Flight Service Station facilities. These systems also provide voice communications among flight service specialists, air traffic controllers and aircraft. This request includes requirements for logistics and component repair service; the provision of consumable items and materials; component exchange and repair services; test bed system repair and maintenance; maintenance engineering services; system moves, changes, and relocation tasks; system position expansion tasks; and system functional enhancement tasks.� Vendors are requested to demonstrate experience and capabilities of providing the requested services for Northrop Grumman RDVS, ETVS, and STVS equipment. Northrop Grumman maintains proprietary rights to hardware and software design, firmware and drawings required to fulfill this requirement.� Potential sources must provide documentation to the FAA showing that their company is capable of providing maintenance services for these Northrop Grumman proprietary systems along with the ability to obtain required parts from the original equipment manufacturer.� �Substitution with like items is not acceptable. Therefore, the FAA is conducting this market survey to seek potential sources capable of meeting technical and delivery requirements.� Specific requirements are identified in the Market Survey - Draft Statement of Work, attached.� Any vendor that believes it can provide these services is invited to submit a capability statement (in contractor format) addressing its abilities to meet all the requirements identified below and in the attached Market Survey - Draft Statement of Work. Any contract that may result from this market survey is anticipated to be a Firm-Fixed Price with limited Time and Material Support Contract Line Items (CLINS) for a base period of performance of one (1) year and four (4) one- (1-) year option periods if needed.� At this time the nature of any final competition for a contract that may result from this market survey has not been determined.� The FAA may decide to do a full and open competition or set aside all or part of an anticipated procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) for participation in the SBA�s 8(a) Program.� The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 811213 Communication Equipment Repair and Maintenance with a small business size standard of $12 Million average annual receipts. PURPOSE:����� This market survey is designed to provide information for the FAA to consider in choosing the method and type of procurement competition.� The failure to obtain adequate and appropriate SBA 8(a) or other small business participation may result in a determination to conduct this procurement under other competitive procedures. REQUIREMENTS FOR EXPRESSION OF INTEREST: The FAA requires proof of documentation from interested service-disabled veteran-owned small businesses and from eligible socially and economically disadvantaged businesses that are certified by the Small Business Administration (SBA) 8(a) Program. In order to help the FAA make this determination and for a submission to be considered responsive, the FAA requires the following information from interested vendors: a.�� Answered Questions to the�Capability Statement b.�� Completed Business Declaration Form (attached) c.�� Copy of SBA 8(a) Certification Form or proof of documentation from service-disabled veteran-owned small business (if applicable). ATTACHMENTS: a.�� Market Survey - Draft Statement of Work b.�� Business Declaration Form c.�� Appendix I - Specifications of RDVS Model 3080 d.�� Appendix II - RDVS Sites and Equipment Type e.�� Appendix III - ETVS and STVS Sites f.�� Capability Statement SUBMISSION FORMAT: Format:����������� Electronic Quantity: �������� 1 set Address:���������� Stephen.young@faa.gov NOTES:� Electronic submission is preferred.� Submissions must not exceed�ten (10) pages in length for the Capability Statement.� The electronic submission should be in either Microsoft Word format or portable document format (PDF).� Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government.� All Submissions must be received by 4:00 p.m. Eastern Time on June 23, 2020. Submission must include a company Point of Contact, telephone number, fax number, e-mail address (if available), and mailing address.� For questions, requests for additional information, etc. regarding this market survey, contact Stephen Young, Contracting Officer, via e-mail: Stephen.young@faa.gov. Questions regarding this posting must be received by 4:00 p.m. Eastern Time on June 9, 2020. This announcement is not intended to guarantee procurement of the services and shall not be construed as a commitment by the Government to enter into a contract.� The Government is not liable for costs associated with the preparation or submittal of inquiries or responses for this announcement and will not reimburse any firm for costs incurred in responding to this public announcement.� Responses will not be returned.� Since this is a sources sought announcement, no evaluation letters or results will be issued to the respondents.� No solicitation exists at this time.� If a solicitation is issued, it will be announced on the FAA's Contract Opportunities web page.� It is the Offeror�s responsibility to monitor this site for the release of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/93494f0275e041f492eb7590a8aa00ff/view)
 
Place of Performance
Address: Washington, DC 20591, USA
Zip Code: 20591
Country: USA
 
Record
SN05668976-F 20200524/200522230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.