SOURCES SOUGHT
58 -- Long Term Supportability Data Package and Continued Support for the NEXCOM Version 2 (V2) Ultra High Frequency (UHF) and Very High Frequency (VHF) Receiver and Transmitter CM-300/CM-350
- Notice Date
- 8/7/2024 9:27:13 AM
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693KA8-24-SSNV2-0001
- Response Due
- 8/21/2024 5:00:00 PM
- Archive Date
- 09/05/2024
- Point of Contact
- Shaun Miles, Phone: 2022676311
- E-Mail Address
-
shaun.miles@faa.gov
(shaun.miles@faa.gov)
- Description
- Background: The mission of the Federal Aviation Administration (FAA) Air/Ground Voice Communications Program is to provide Air Traffic Control (ATC) services and supplies to all classes of National Airspace System (NAS) users. The services and supplies support all phases of flight including en route, terminal approach control, flight service and terminal ground movements, departures and arrivals. NEXCOM V2 UHF/VHF Radios are used to ensure aircraft separation, transmit instructions and clearances, permit hand-offs, provide weather services and pilot reports (PIREPs), and communicate with Automated Flight Service Stations (AFSSs). Civilian aircraft, including air carrier and general aviation, are served in the VHF band while Department of Defense (DOD) aircraft are served in the UHF band. Purpose: In accordance with the FAA Acquisition Management System (AMS) Policy 3.2.2.4.1.2 (July 2023), the purpose of this notice is to: Identify interested and capable sources that can provide the Long Term Supportability Data Package (LTSDP) documents and also provide continued engineering, logistical, managerial, and configuration management support (hereon referred to as �support�) for the NEXCOM V2 UHF and VHF radio equipment in accordance with FAA policy, FAA regulations, and FAA contractual requirements. Notify industry of the FAA�s requirements for the LTSDP documentation and continued support for the NEXCOM V2 UHF and VHF radio equipment that the FAA anticipates will be needed through December 2034. Specifically, the FAA is looking to identify interested and capable sources from industry that can, through December 2034: Perform LTSDP inspection of the current manufacturer�s NEXCOM V2 UHF and VHF proprietary drawings and proprietary documentation. Perform updates and maintain the NEXCOM V2 UHF and VHF �Radios� Configuration Status Accounting Reports (CSARs). Maintain records of Major (Class I) and Minor (Class II) changes to the NEXCOM V2 UHF and VHF product baseline. Maintain the product baseline data records in the existing escrow account established by the current manufacturer. Perform updates to the Escrow Account Index. Provide expertise to troubleshoot and implement changes to the NEXCOM V2 UHF and VHF radio software baseline (if/as needed) and bring resolution to a software/firmware issue (if/as needed). Instructions for Submittals: The FAA welcomes industry responses from business entities that self-assess they are currently capable of, or will be capable of, providing both LTSDP documents and continued support for the NEXCOM V2 UHF and VHF radio equipment through December 2034. At a minimum, a response must include: Company point(s) of contact, title(s), telephone number(s), email address(es), and physical address of where the support would occur. Descriptions and/or data sheets of the business entity�s pre-existing data products that either meet or could be modified to meet the LTSDP requirements of the NEXCOM V2 UHF/VHF radio equipment, as well as any data products that either meet or could be used to update or modify the NEXCOM V2 UHF and VHF radio equipment itself. The LTSDP is required for the NEXCOM V2 UHF/VHF Radios to ensure that the FAA can maintain the long-term supportability of these radios given their useful service life will likely extend to 20 years or longer.� The LTSDP products must meet the requirements in the CDRL as identified in the samples V2 CSAR, V2 Escrow, and V2 LTSDP attached herein. Evidence that the business entity has, or is able to obtain, all personnel needed provide expertise to troubleshoot and implement changes to the NEXCOM V2 UHF and VHF radio software baseline (if/as needed) and bring resolution to software/firmware issues (if/as needed). The FAA will accept email submittals only. The email subject line must include the SAM.gov announcement number followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 19MB. The FAA will consider the results of this market survey in preparation of an acquisition strategy. The email submittal must contain a document(s) in Microsoft Word format and/or Adobe PDF format that do not exceed 15 pages in length (in aggregate, agnostic to file format), using no less than 10 point font and 1� margins. Disclaimer: This is not a Screening Information Request (SIR). This notice serves as performance of an FAA market analysis in accordance with AMS Procurement Guidance T3.2.1.2.A.1. All costs associated with the preparation and/or submission of responses are the responsibility of the respondent. The U.S. Government will not pay for any information received or costs incurred associated with a submittal for this specific notice. All proprietary and/or confidential information contained in a submission must be marked appropriately. The FAA�s acquisition policies, guidance, and instruction are found at https://fast.faa.gov/. Participation in this market survey is voluntary. Responses will be reviewed by FAA employees and a limited number of FAA support contractors working under non-disclosure agreements. Should a respondent require an NDA be signed between the respondent�s business entity and an FAA support contractor, please email the point of contact listed within this notice indicating so. The FAA has the option of conducting one-on-one communications as deemed appropriate without the obligation to hold communications with all respondents. A business entity responding to this notice neither qualifies respondents for, nor excludes respondents from, responding to a resulting SIR, if any.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5d2133c3476446269dcd4286402dec61/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07161205-F 20240809/240807230127 (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 |