SOLICITATION NOTICE
99 -- Voice Switch ByPass (VSBP) V
- Notice Date
- 8/19/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-472 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 11064
- Response Due
- 9/3/2011
- Archive Date
- 9/18/2011
- 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 five (5) year single source contract to Astronics/DME, 6830 N.W. 16th Terrace, Ft Lauderdale, FL 33309 for the FAA approved Voice Switch ByPass (VSBP) equipment. Astronic/DME is the vendor for the current Voice Switch ByPass (VSBP), contract, DTFAWA-11-00022 which the ceiling will be reached on September 26, 2011. The new contract will have a 24-month Base Period, one 24-month Option and one 12-month Option Period, to provide the FAA's Voice Switch & Recording Program Office with VSBP equipment, modules and services for newly constructed and existing facilities (i.e. air traffic control tower and terminal radar approach control (TRACON)) until the next voice switch acquisition program with voice switch bypass equipment and modules is fielded. Purpose of Announcement: This announcement is to inform industry of the basis of the FAA's decision to contract with a selected vendor using single source procedures and is for informational purposes only. It's not a Solicitation or Request for Proposal. The Federal Aviation Administration (FAA) is not seeking nor accepting unsolicited proposals. Any questions regarding this announcement must be directed to Whitney Coleman-Clark, Contract Specialist, by 12:00 PM EST, September 2, 2011, via email at whitney.coleman-clark@faa.gov. Pursuant to the FAA's Acquisition Management System Policy Guide, Section 3.2.2.4 Single Source Selection is permitted when "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 rational basis action. This rationale is based upon coordination urgency, the need for standardization, and the fact that Astronics/DME Corporation is the only source available to satisfy the interim requirements in the required time frame. A competitive bid approach is estimated to be a 39 month solicitation to contract award process before a new contractor could provide a system that was System Specification compliant, FAA tested and approved system. This means VSBP equipment systems modules would not be available to meet new FAA facility requirements or to expand legacy VSBP equipment systems until January 2015 (39 months). The FAA has invested heavily in establishing the infrastructure to support the VSBP equipment system baseline. A new contract would require the FAA to invest similar funding to create the infrastructure needed to support a new VSBP equipment system baseline. The VSBP equipment system is the only FAA Air Traffic Control VSBP equipment 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 process. The VSBP equipment has approved technical documentation and the FAA infrastructure in place to support air traffic and maintenance (TECHOPS) technical training and support requirements. The VSBP equipment system supports the FAA safety of flight requirements; the FAA can not delay fielding of VSBP equipment system for 39 months. Awarding to the incumbent allows the FAA to continue deploying VSBP equipment systems until the NVS contract is awarded. Awarding a single source contract to the incumbent will save the FAA a significant amount of money over the next five (5) years because the entire life-cycle support, logistics and training infrastructure does not need to be replicated contract. AMS guidelines indicate a single source is merited when equipment is standardized and fills the FAA's immediate need for equipment of proven capability. It is concluded that a single source contract with Astronics/DME Corporation represents the lowest risk and lowest cost for the FAA as well as, the overall best value in order to meet the FAA's interim needs until NVS completes the procurement process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/11064/listing.html)
- Record
- SN02541531-W 20110821/110819235022-1648d1ed87dc6565353a77026462ba6a (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 |