SOURCES SOUGHT
70 -- MARKET SURVEY: HARDWARE, SOFTWARE-VERSION: ONE TOUCH
- Notice Date
- 8/24/2005
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, P.O. Box 25082, Oklahoma City, OK, 73125
- ZIP Code
- 73125
- Solicitation Number
- Reference-Number-MS-05-03248
- Response Due
- 8/29/2005
- Archive Date
- 8/30/2005
- Description
- MARKET SURVEY HARDWARE, SOFTWARE-VERSION: ONE TOUCH #MS-05-03248 The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center, Academy, has a requirement for replacing/updating part of their interactive distance learning products and services. The Aviation Training Network (ATN) features live 1-way video, 2-way audio television broadcasts to deliver training and other information to FAA facilities across the United States. The presenter?s audio and video are delivered via compressed digital satellite signals. The viewer?s voice and data responses are returned to the Oklahoma City studio via a viewer response system operating over a telephone network. The FAA Academy?s ATN is required to replace its existing obsolete SC210FDS site controllers, manufactured and maintained by One Touch Systems, Inc. and its host computers at the uplink site. Per Acquisition Management System (AMS) Sections 2.9.6 Configuration Management requires: ?The NAS Architecture defines the allocation of agency requirements to the appropriate systems, facilities, and programs, and defines connectivity among them?. Designated organizations must establish program-level configuration management practices to control product configurations, and to maintain interfaces and interoperability with the other systems, facilities, and services comprising the NAS Architecture.? For the current requirement, AMS allows for the acquisition of one standard type of equipment, thus assuring the compatibility of all systems, training, and support are standard and thus assures that all systems work as required. Vendors in response to this market survey are requested to provide the following information: pricing information; business size (certification if 8(a)); delivery time. Vendors that do not provide the information requested above will not be considered as possible sources. This information will be used to determine if this requirement will be set-aside for small business or will be issued full and open to all vendors. REQUIREMENT SPECIFICATIONS: Hardware; Version: One Touch Presentation Server 5 Hardware (requires Presenter Tools software) (2-total) Presenter Assistant 5 Hardware (requires Presenter Assistant software) (1-total) SC500B-M Site Controller Hardware (84-total) Pre-configuration of 84 site controllers (84-total) Shipping to sites within the US (ContinentalUS) (81-total) Shipping to non-conus sites (San Juan, PR; Anchorage, AK; Honolulu, HI. (3-total) RK500 Touchpad (Alphanumeric) for 14 NEW sites (140-total) Software and Licenses; Version: One Touch Backup Presentation Server (0 User) (2-total) Live classroom Participant License (797 Seats) (1-total) PTools v 5 Software (3-total) Presentation Server Software (Standard Version) (1-total) Presenter Assistant Software v 5 (1-total) Remote Manager v 5 (1-total) Software License Fee for SC500 EXISTING sites (84-total) Software License Fee for 14 NEW sites (14-total) Live Classroom Participant License (140 Seats) (140-total) Annual Software Maintenance Contract; Version: One Touch Silver Software Maintenance Contract (SW and e-Services only) (1-total) NO SUBSTITUTION OF THE ABOVE STATED WILL BE CONSIDERED Offerors that do not propose the specified version of Hardware, Software, License and Annual Software Maintenance identified shall not be considered as a possible source and will be determined to be unacceptable and removed from further consideration. Concerns having the ability to furnish the above hardware, software, license, and annual software maintenance agreements are requested to provide their information package to the contracting officer by the acquisition office listed in this notice, with reference made to this market survey file #MS-05-03248. All responses to this market survey will be considered prior to further acquisition action by the government. Any information received as a result of this announcement will not be provided to other contractors. Responses to this notice are requested not later than 3:30 pm Local Time August 29, 2005. Submit mailed responses to: FAA Mike Monroney Aeronautical Center, AMT Contracting Team, ATTN. S. Cundiff. PO Box 25082, 6500 S MacArthur Blvd., Oklahoma City, OK 73125-4929, or for overnight to FAA, Mike Monroney Aeronautical Center, Bid and Proposal Officer (AMQ-140, Multi-Purpose Bldg. Room 321, 6500 South MacArthur Blvd, Oklahoma City, OK 73169, or via facsimile to (405) 954-3030; E-mail steve.cundiff@faa.gov.
- Place of Performance
- Address: FAA MIKE MONRONEY AERONAUTICAL CENTER, 6500 S MACARTHUR BLVD, OKLAHOMA CITY OK
- Zip Code: 73169
- Country: USA
- Record
- SN00878155-W 20050826/050824212251 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |