Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014

Federal Aviation Administration, Mike Monroney Aeronautical Center, Office of Acquisition, P.O. Box 25082, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125-4929

58 -- VOICE SWITCH AND TRANSCEIVER HEADSET(S) VSH SOL DTFA-02-98-R-90009 DUE 020298 POC Jimmie D. Biggs, (405) 954-0512 WEB: Click here to view the announcement., htttp://www.mmac.jccbi.gov/amq/opportun.htm. E-MAIL: Click here to contact the contracting officer via e-mail., 9_AMQ-Internet@mmacmail.jccbi.gov. The Federal Aviation Administration (FAA) is planning the acquisition of various configurations of commercial-off-the shelf (COTS) Voice Switch and Transceiver Headset (VSH) equipment for air traffic control operations under the U.S. Department of Transportation and FAA. The VSH equipment will provide individual headset capability for all voice communications to all air traffic control (ATC) personnel involved in ATC activities. 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 VSH acquisition will establish a contract (or contracts) which will provide an ordering capability to provide modern COTS VSH capability to ATC personnel. The contract type to be employed will be an Indefinite-Delivery/Indefinite-Quantity with fixed unit prices. The contract (or contracts) may include contract line items (CLINs) for engineering, technical and logistics support employing fixed hourly rates while utilizing a Time-and-Materials pricing arrangement. The contract (or contracts) has/have a potential duration of ten (10) years including a base 2-year period with four (4) 2-year options. There may be multiple contract awards. This acquisition will be accomplished in 2 stages: (1) Pre-evaluation/Qualification and (2) Final Evaluation/Best Solution Selection. During the pre-evaluation/qualification stage, interested Offerors may submit commercial documentation demonstrating their products' technical capabilities, supportability, and market acceptability by way of a technical and management proposal, and bid sample(s) of each headset that they propose to offer for operational capability testing (OCT) to be conducted at the Mike Monroney Aeronautical Center in Oklahoma City, OK. Offeror's documentation and bid sample(s) will be evaluated according to published criteria contained in the FAA's Screening Information Request 1 (SIR1) package. The FAA will assess the Offeror's capability to meet the general FAA requirements. Those Offerors whose offers appear to be acceptable will be afforded an opportunity to provide additional quantities of its offered product(s) for operational capability testing (OCT) to be conducted at selected operational facilities. Offeror's product(s) will be evaluated according to published criteria contained in the FAA's Screening Information Request 1 (SIR1) package. Additionally, a request for a price proposal and tailored contract will be issued. A best solution methodology will be used to determine the successful Offeror(s). Interested Offerors are invited to request a copy of SIR1 from the Contracting Officer. It is anticipated that SIR1 will be available by February 2, 1998. Requests for SIR1 must be submitted in writing (telephone requests will not be accepted) to Jimmie D. Biggs, Contracting Officer, AMQ-210, Federal Aviation Administration, 6500 S. MacArthur Blvd., Oklahoma City, OK 73125. Direct written facsimile requests to (405) 954-9219. (0015)

Loren Data Corp. http://www.ld.com (SYN# 0232 19980120\58-0008.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page