Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

99 -- Interim Voice Switch Replacement (IVSR) Extension

Notice Date
9/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
9995
 
Response Due
9/22/2010
 
Archive Date
10/7/2010
 
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
In accordance with the Federal Aviation Administration Acquisition Management System (FAA AMS) Paragraph 3.2.2.4 (Single-Source Selection), the FAA proposes to award a single source contract extension (Contract DTFAWA-05-C-00007) to Frequentis USA, Inc, 9017 Red Branch Road, Columbia, Maryland 21045 for the FAA approved Interim Voice Switch Replacement (IVSR). This contract extension shall include providing systems, installation, training, engineering support and depot maintenance support for the IVSR. The FAA has identified forty-six (46) new and existing facilities that will required voice switches during the four (4) year period of the proposed single-source extension. These facilities range from the small air traffic control tower (ATCT), e.g., Texarkana, AR, to larger ATCT and Terminal Radar Approach Control (TRACON), e.g., Dallas-Fort Worth and Houston), facilities. Fourteen of the 46 facilities are new facilities. Ten facilities are scheduled to received voice switches in FY 2011; two (2) of which are scheduled for installation in January 2011. Any firm that believes they can provide a terminal voice switch for FAA's Operational Test & Evaluation by November 30, 2010, are invited to submit their qualifications and experience for the IVSR project in writing by September 22, 2010. Questions concerning this announcement can be submitted to Whitney Coleman-Clark, AJA-472, E-Mail: whitney.coleman-clark@faa.gov. Questions must be submitted by September 15, 2010 to be considered. The proposed contract extension will be four (4) years, consisting of a Base Period and three (3) One-Year Option Periods. The period of performance inclusive of all options will be November 30, 2010 through November 29, 2014.This single-source extension is estimated to have a value of $17.9 million ($11.9 million for hardware and $6.0 million for administrative (e.g., program management, documentation updates, training conduct, non-recurring engineering support, contractor depot logistics support)) costs. Pursuant to the FAA's AMS Policy Guide, Section 3.2.2.4, Single-Source Selection is permitted then "such action is determined to be in the best interest of the FAA and the Rational Basis is documented". Based upon the rationale within this document, procurement through a single source solicitation fulfills the requirement for a rationale basis action. This rationale is base upon coordination urgency, the need for standardization, and the Frequentis USA being the only source available to satisfy the interim requirements in the required time frame. The FAA has determine that a single-source extension to the existing IVSR contract provides the best value and most timely response to the FAA's existing Terminal Voice Switch Replacement (TVSR) requirements based on the following rationale. A competitive bid approach is estimated to be a 39-month solicitation to contract award process before a new contractor could provide a System Specification compliant, FAA tested, and approved system. This means that after the expiration of the current IVSR contract (November 29, 2010), no switches will be available to meet FAA new facility and legacy switch replacement switch requirements until March 2014. The IVSR is the only FAA air traffic control voice switch in production that has completed the FAA's Operational Test and Evaluation (OT&E), Independent Test and Evaluation (IOT&E) and In-Service Decision (ISD) review processes. The FAA has invested heavily in establishing the infrastructure, e.g., William J Hughes Technical Center, Oklahoma Engineering Team (2d Level Support), FAA Academy to support the IVSR system baseline. The FAA has approved technical documentation, training and in-house 2d level engineering support in place to support the IVSR. Awarding a single-source extension to the incumbent will save the FAA a significant amount of money over the next four (4) years because the entire life-cycle support, logistics and training infrastructure does not need to be replicated. Awarding to the incumbent would support the FAA's goal of standardizing voice switches and eliminate the potential of a new voice switch architecture being introduced into the National Airspace System (NAS). Since the IVSR supports the FAA safety of flight operations, the FAA can ill-afford to delay fielding of switches. The FAA can, without delay, continue to meet the established mission need and associated voice switch requirements by extending the periods of performance and quantity ceiling for the IVSR. The IVSR has been accepted in the NAS and is a proven and reliable switch. Based on AMS guidelines that gives merit for equipment standardization and recognizes a limited source for an immediate acquisition of proven capability, it is concluded that negotiations for a single-source contract with Frequentis USA would generate the lowest risks, costs, and the overall best value to meet the FAA's interim needs while the follow on voice switch completes its source selection, development, and test and evaluation processes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/9995/listing.html)
 
Record
SN02264593-W 20100903/100902000040-1d0245be78a96cc19dd3a3db11ed36df (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.