Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2021 SAM #7210
SPECIAL NOTICE

59 -- Air Traffic Control (ATC) Voice Switch Headset and Handset (VSHS) Support and Sustainment

Notice Date
8/26/2021 11:25:12 AM
 
Notice Type
Special Notice
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-21-R-00089
 
Response Due
9/2/2021 2:00:00 PM
 
Archive Date
09/03/2021
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. This is an announcement that the FAA intends to pursue an indefinite delivery indefinite quantity (IDIQ) contract for a 5-year period including one base year and four options for sustainment support Air Traffic Control (ATC) Voice Switch Headset and Handsets (VSHS). This requirement will support a standardized model of product manufactured by Plantronics, Inc. that are currently being used at over 500 Air Traffic Control facilities and is determined to be a critical item related to the safety for the National Air Space (NAS). � At his time, Plantronics, Inc. is the current contract holder for this requirement under FAA contract DTFAAC-16-D-00051 and is the only known source that can provide all supplies and sustainment services associated with this requirement. Due to current standardization of this product across the NAS, alternative products to replace the current system will not be considered by the FAA at this time. The FAA intends to award a single contract that will fully satisfy the full requirement. The FAA is not considering multiple contract awards for this singular requirement at this time. The FAA currently assumes that it is in the Government�s best interest to pursue a single source contract award directly to Plantronics Inc. based on the following facts and assumptions: No other company is currently capable of providing full logistical support of current standardized items as described in the VSHS Required Supplies List attached. No other company is currently capable of providing all required engineering support services as described in the Statement of Work (SOW) attached. No other supplies are capable of providing immediate integration and interchangeability with existing units without needing to replace all headset and handset devices across the NAS. No other product is capable of integrating with connected/related system configurations without the need for major testing and evaluation program, coordination and approval with governing labor union, and potential technical refresh across the entire NAS to existing voice switching system configurations. Full replacement of current VSHS units with another product could result in significant undue additional cost to the FAA not only for replacement of current functioning items, but could also result in significant undue cost to alter the following interfacing systems: � � � � � � 1. Voice Switching and Control System (VSCS) � � � � � � 2. Interim Voice Switch Replacement (IVSR) � � � � � � 3. Enhanced Terminal Voice Switch (ETVS) � � � � � � 4. Rapid Deployment Voice Switch (RDVS) � � � � � � 5. Small Tower Voice Switch (STYS) � � � � � � 6. Integrated Communication Switching System (ICSS), Type 3 � � � � � � 7. Command Center System (CCS) � � � � � � 8. VSCS Training and Backup System (VTABS) � � � � � � 9. Voice Switch By-Pass (VSPB) This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this announcement. Therefore any cost associated with the announcement submission is solely at the interested vendor�s expense. Acquisition Management System (AMS) is the prevailing acquisition regulation for FAA procurement process and procedures. This action is intended to be pursued under AMS authority found at 3.2.2.4, SINGLE SOURCE SELECTION and can be found at the following link: https://fast.faa.gov/PPG_Procurement.cfm. Any questions or concerns regarding this announcement must be received by 4:00 p.m. (Central) on September 2nd, 2021. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Joshua.d.huckeby@faa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad97f25c30e944e39a2228ca59794e4f/view)
 
Record
SN06112281-F 20210828/210826230127 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.