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
SOURCES SOUGHT

99 -- Voice Switch Headset and Handset Equipment and Support

Notice Date
8/16/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-10-R-02700
 
Response Due
8/31/2010
 
Archive Date
9/15/2010
 
Point of Contact
Connie Houpt, 405-954-7820
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for Voice Switch Headset and Handset (VSHS) equipment to be used by Air Traffic Control Specialists (ATCS) in the conduct of ATC operations. Headsets and handsets interface with FAA voice communications systems including voice switching systems and backup communications systems providing high quality, intelligible, transmission and reception of voice communications over radios and telephones from/to the ATCS. These communications systems provide a standardized connection and power as well as volume and sidetone controls for the headsets and handsets. Voice transmissions from the ATCS using headsets and handsets are enabled by Push To Talk (PTT) signaling, It is anticipated that commercial-off-the-shelf (COTS) products are available that meet the FAA's specifications (see attached draft.) A technical evaluation will be conducted to determine the company that can provide the Best Value to the FAA. 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 VSHS acquisition will establish a contract with an ordering capability to provide modern COTS VSHS capability to ATC personnel. The contemplated contract will be for VSHS equipment and related support. The contract type to be employed will be an Indefinite-Delivery/Requirements type contract with fixed unit prices. The contract 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 has a potential duration of five (5) years including a base period of one (1) year with four (4) 1-year options. The procurement action resulting from this Announcement/SIR1 will be available for full and open competition. Firms are to submit an FAA Business Declaration form with their response to this Announcement/SIR1. The form is provided as a separate document under this announcement. This acquisition contemplates a phased approach. This, the initial phase, involves the Announcement/SIR1 of the requirement in order to permit qualified companies to express an interest in this requirement. Only those firms that respond successfully to this Announcement/SIR1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this Announcement/SIR1. Companies that are interested and possess certain special standards of responsibility are asked to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this Announcement/SIR1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading may be cause for rejection. All documentation is limited to 20 pages (8-1/2"x11", printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Each vendor shall submit four copies of their submittal. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. A completed FAA Business Declaration Form shall be included with each submittal. The form is provided as a separate document under this announcement. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent phase of the solicitation. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable.) 1(a)Documentation must be provided which will verify the offeror has product available/in production that meets the requirements listed in document FAA-P-3015 (Procurement Specification for Voice Switch Headset and Handset) section 3.2.5.1.2 (Headset Lower Module Cable), section 3.2.5.3.1 (Headset Upper Module Types), section 3.2.5.2 (Push to Talk), and section 3.2.6.3 (Handset Cable Assembly). All specified versions of the headset and handset must be available. 1(b)Documentation must be provided that will verify the product identified in 1(a) is currently in use in an air traffic control environment or by a United States Government agency. 1(c)Documentation must be provided which will verify the current availability of an amplitude limiting checker to verify amplitude limitation function of the headset. 2(a)Documentation must be provided which will verify offeror has in-house engineering support capability to perform Failure Mode Analysis testing on the product identified in 1(a) when requested. 2(b)Documentation must be provided which will verify the product meets the reliability standards listed in document "FAA-P-3015 section 3.2.7". 3(a)Documentation must be provided to demonstrate that the vendor has a quality management system and be able to produce quality assurance documentation for inspection, if asked. Provide ISO 9001 certification, if certified. 3(b)Documentation must be provided to demonstrate that the vendor has a configuration management (CM) process in place to notify customers of any product changes, and to address possible new product requirements. In order to be considered acceptable for a subfactor, the submittal must reasonably demonstrate compliance with all substantive requirements of that subfactor. All subfactors must be rated as acceptable for a factor to be rated acceptable. All factors must be rated acceptable for a submittal to be rated as acceptable. A rating of acceptable is established when documentation as submitted is persuasive to a reasonable reader and is verifiable. Acceptable documentation may consist of, but is not limited to, employee rosters; contract lists, narrative descriptions, identification of references, and rsums. If it becomes necessary to hold discussions, the Technical Evaluation Team may decide to hold discussions as needed with one, some or all offerors as authorized by AMS. Interested firms that can comply with and meet the special standards of responsibility addressed in this Announcement/SIR1 should respond with their documentation in writing to: Federal Aviation AdministrationMike Monroney Aeronautical CenterNAS Contracting DivisionSIR1 DTFAAC-10-R-02700Attn: AMQ-210/Connie HouptRoom 313, Multi-Purpose Building6500 South MacArthur Blvd.Oklahoma City, OK 73169 The date and time for receipt of responses is 2:00 p.m. local time, August 31, 2010, (facsimile responses are not permitted). Any responses received after 2:00 p.m. local time, August 31, 2010, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, Protest, are applicable to this SIR1. Offerors and contractors may obtain the full text via Internet at: http://fast.faa.gov (on this web page, select "Contract Writing/Clauses").
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-10-R-02700/listing.html)
 
Record
SN02242745-W 20100818/100816235938-be4c0de247d529fee86863fbb34367e2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.