Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOURCES SOUGHT

70 -- Sources Sought � Sustainment of Frequentis, USA Interim Voice Switch Replacement (IVSR)

Notice Date
5/13/2021 2:38:43 PM
 
Notice Type
Sources Sought
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-21-SS-IVSR-01
 
Response Due
5/28/2021 2:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Mary M. Johnson, Phone: 2022673670
 
E-Mail Address
MARY.M.JOHNSON@FAA.GOV
(MARY.M.JOHNSON@FAA.GOV)
 
Description
The purpose of this notice is to: Identify interested and capable sources who can provide maintenance, sustainment, engineering, logistics, training and Diminishing Manufacturing Sources and Material Shortages (DMSMS) support for previously deployed Interim Voice Switch Replacement (IVSR) systems at over 120 FAA Air Traffic Control (ATC) Tower and Terminal Radar Approach Control (TRACON) facilities and at over 75 Army ATC facilities worldwide through 2027.� This includes annual warranties for both FAA and Army systems. Identify interested and capable sources who can deliver, install and acceptance test approximately 2-3 IVSR systems per year for newly constructed FAA towers and TRACONs through 2027.� Notify industry of the FAA�s requirement for continued maintenance, sustainment and delivery of the voice switches until a competitively awarded switch replacement contract is awarded (2029 timeframe). Advise that the FAA does not know of any other vendor, except for Frequentis USA, interested or capable of delivery, installation, engineering, training, maintenance and sustainment of the IVSR systems, due to the proprietary design. Request responses from vendors who believe they are currently capable, or will be capable by April 10, 2022, of providing services described above for IVSR systems. Disclaimer This is not a screening information request (SIR) or request for proposal. The FAA is not seeking or accepting unsolicited proposals. The FAA is seeking interested sources that are capable of fulfilling the FAA�s requirements. In accordance with A.M.S. Policy 3.2.1.2.1, this market survey is to solicit statements of interest and capabilities from interested business concerns. This market survey also seeks to identify potential vendors for this work, including groups of business teams. For questions about FAA�s acquisition policies, please visit https://fast.faa.gov, which provides the FAA�s Acquisition Management System (AMS) Policy and Guidance as well as provisions and clauses used by the FAA in its acquisitions. � Participation in this market survey is voluntary and respondents may choose to respond to all or some of the requests. Submissions in response to this market survey announcement must be relevant to the subject of the market survey and the survey questions. Responses will be reviewed by U.S. Government employees and a limited number of Government support contractors working under non-disclosure agreements. Background The Federal Aviation Administration (FAA) is conducting a market survey to identify interested and capable sources who can 1) Provide maintenance, sustainment, engineering, logistics, training and Diminishing Manufacturing Sources and Material Shortages (DMSMS) support for previously deployed Interim Voice Switch Replacement (IVSR) systems at over 120 FAA Air Traffic Control (ATC) Tower and Terminal Radar Approach Control (TRACON) facilities and at over 75 Army ATC facilities worldwide through 2027.� This includes annual warranties for both FAA and Army systems.� 2) Deliver, install, acceptance test, train, maintain and sustain approximately 2-3 IVSR systems per year for newly constructed FAA towers and TRACONs through 2027.� � Frequentis USA currently provides IVSR delivery, installation, test, maintenance, sustainment, engineering, logistics, training and Diminishing Manufacturing Sources and Material Shortages (DMSMS) services under contract DTFAWA-12-C-00055, which was competitively awarded September 12, 2012 with a ten-year period of performance. Since 2005, FUSA has manufactured, tested, installed, trained, and supported IVSR systems. The current contract, DTFAWA-12-C-00055, expires on September 11, 2022. To the FAA�s knowledge, FUSA is the only vendor who possesses the rights to the technical data and design, intellectual property, and engineering expertise required to support the proprietary design of the IVSR system hardware and software baseline.� The IVSR is a NAS-baselined Air Traffic Control (ATC) voice switch and has passed all In-Service requirements, and is therefore approved for operations in the NAS. �The IVSR system interfaces with leased telecommunications services to provide critical Air Traffic Control (ATC) communications.� These interfaces are analog based.� Maintenance and sustainment of previously deployed IVSR systems and the delivery of IVSR systems for newly constructed FAA towers and TRACONs must continue, as it is intrinsic to the mission of the FAA, until the competitively awarded switch replacement contract is awarded (2029 timeframe). �The work will include: program, configuration and quality management; delivery, installation, testing and assisting in on-site acceptance of ordered systems; on-site cadre training; technical support services to provide engineering support to resolve technical issues while maintaining the approved operational configuration baseline; Contractor Depot Logistics Support (CDLS); Diminishing Manufacturing Sources and Material Shortages (DMSMS) support including Life of Type Buys (LOTBs); and failure summary analysis and restoration of hardware and software to serviceable condition. The sustainment of operational voice switches must continue to provide the capability for Air Traffic personnel to carry on with their work. Approaches should consider that the IVSR systems will continue to operate 24x7. Instructions for Submittals The Government welcomes industry responses from vendors who believe they are currently capable, or will be capable by April 10, 2022, of providing maintenance and sustainment services for previously deployed IVSR systems and for the delivery of IVSR systems for newly constructed FAA towers and TRACONs. �Responses must provide evidence of the vendor�s capability to support, what the FAA understands to be, proprietary systems and at a minimum must address: Ability to deliver, install, test and assist in on-site acceptance of IVSR ordered systems; conduct on-site cadre training; perform technical support services including engineering support to resolve technical issues while maintaining the approved operational configuration baseline; Availability of technical data including manuals, drawings, software, specifications, and processes, which will allow full support of the systems; Ability to produce form, fit and function (3F) compatible parts and assemblies; Knowledge and capability to provide integrated logistics resources including Contractor Depot Logistics Support (CDLS) and Diminishing Manufacturing Sources and Material Shortages (DMSMS) support including Life of Type Buys (LOTBs); failure summary analysis; and restoration of hardware and software to serviceable condition. Engineering expertise with an understanding of the technologies and architecture of the systems of interest; Knowledge and documentation of delivered systems. Responses must be submitted via e-mail to: Mary M. Johnson Contracting Officer, AFN/AAQ-320 mary.m.johnson@faa.gov The email subject line must include the beta.SAM announcement number followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent�s submission, then in email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.) Industry feedback will be considered in the preparation of the acquisition strategy. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified. The Government is not responsible for any cost incurred by industry in responding to this notice. Submission of electronic files on digital data storage media (i.e., Blu-ray, DVD or CD; flash drives) will NOT be accepted. All submissions in response to this announcement must be in writing and are due by 5:00 PM EDT on April XX, 2021 (10 days after release). Telephone calls or paper submissions will not be accepted. Comments and questions on the Market Survey are not considered part of the response submission. Responses must be submitted in electronic format according to the format guidelines below. Electronic copies must be provided in Microsoft Office or Adobe PDF (portable document file) format. Submissions must include company point(s) of contact, title(s), telephone number(s), email address(es) and mailing address. Responses will not be returned. Any proprietary or confidential information contained in the market survey submissions must be appropriately marked. � All costs associated with the preparation or submission of responses is the responsibility of the potential source. The U.S. Government will not pay for any information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submission, therefore, is solely at the interested vendor�s expense.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dae88af0f1be4a978c14770a40d6e17c/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN06001852-F 20210515/210513230127 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.