Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

99 -- National Test Equipment Program (NTEP-D)

Notice Date
8/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9906
 
Response Due
8/27/2010
 
Archive Date
9/11/2010
 
Point of Contact
Whitney ColemanClark, 202-493-5963
 
E-Mail Address
whitney.coleman-clark@faa.gov
(whitney.coleman-clark@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA), Headquarters, Washington, DC, contemplates the procurement of material parts (kits) P/N 704A/NTS1/FAA/SS, Telephone Test Set, NSN: 6625-01-540-2319, in support of the National Test Equipment Program (NTEP). The desired delivery is FOB: Destination. Specification: P/N 704A/NTS1/FAA/SS, Telephone Test Set, NSN: 6625-01-540-2319 The device must be a hand-held battery or power from wall outlet test set optimized for analog and digital telecommunications. The equipment must consist of DS0/DS1, Central Office (CO), Digital Operations Group (DOG), Special Services, and CO/OSP Construction Technicians. The Device must be capable of measuring digital and analog circuits by using real digital emulation, digital loop qualification features and emulation for CO and PBX switches. This device must perform full-service broadband TIMS and data tests. The primary purpose of this device will be for data testing and qualification of facilities for DSL Services, Analog Special Services and DID trunk testing, including Single-screen measurements for Pre-Wink, Wink and Answer Delay parameters. The device must have Selective Signaling 2-digit and Selective Signaling 3-digit features which are required for maintaining critical voice communications network utilized by the Air Route Traffic Controllers Other unique characteristics required is the capability to emulate both the switch and customer equipment (station) components, meaning the device must both transmit digits and receive/analyze digits. Delivery and Place of Delivery/Period of Performance: To be cited on the order. To fulfill the Government's immediate need under this requirement, the FAA intends to establish a Purchase Order. The anticipated total ceiling amount under the acquisition has been established at $395 The device must be a hand-held battery or power from wall outlet test set optimized for analog and digital telecommunications. The equipment must consist of DS0/DS1, Central Office (CO), Digital Operations Group (DOG), Special Services, and CO/OSP Construction Technicians. The Device must be capable of measuring digital and analog circuits by using real digital emulation, digital loop qualification features and emulation for CO and PBX switches. This device must perform full-service broadband TIMS and data tests. The primary purpose of this device will be for data testing and qualification of facilities for DSL Services, Analog Special Services and DID trunk testing, including Single-screen measurements for Pre-Wink, Wink and Answer Delay parameters. The device must have Selective Signaling 2-digit and Selective Signaling 3-digit features which are required for maintaining critical voice communications network utilized by the Air Route Traffic Controllers Other unique characteristics required is the capability to emulate both the switch and customer equipment (station) components, meaning the device must both transmit digits and receive/analyze digits. The NAICS Code under this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a Small Business Standard Size of 500 employees. Firms shall complete and submit the attached Business Declaration form with their reply. Purpose of Announcement: To solicit sources that would be interested in establishing a Purchase Order (PO) under this requirement. Interested vendors should submit to the Contracting Officer a statement of interest no later than 12:00 Noon, EST, 26 August 2010. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements or interest and capabilities from small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing National Test Equipment Program (NTEP) material parts (kits). This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. No further screening information request (SIR) or other postings will be issued as a result of this announcement. The FAA reserves the right to make an award as a result of this posting based on the best value to the Government, price and delivery being of equal importance. In order to receive an award from the FAA, regardless of dollar value, vendors must be registered in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). For registration procedures and information, please call 1-888-227-2423, or visit the Business Partner Network (BPN) at www.bpn.gov. Due to the sensitive time frame involved with this acquisition, questions may be submitted; however, the FAA does not guarantee a response prior to the award a PO. The FAA's Point of Contact (POC) under this requirement is: whitney.coleman-clark@faa.gov; Phone No (202) 493-5963; or facsimile (202) 493-5057.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9906/listing.html)
 
Record
SN02241976-W 20100818/100816235014-171fe25e7fe9cfe98c181888464dbd34 (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  © 1994-2020, Loren Data Corp.