SOURCES SOUGHT
99 -- REQUEST FOR INFORMATION (RFI) - Damaged Flight Data and Cockpit Voice Recorder Recovery Products
- Notice Date
- 3/25/2022 6:22:21 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NTSB ACQ LEASE MGMT DIVISION WASHINGTON DC 20594 USA
- ZIP Code
- 20594
- Solicitation Number
- RFI-2022-RE-DFDCVRRP
- Response Due
- 4/25/2022 1:00:00 PM
- Point of Contact
- Bryan J. Moy, Phone: 2023146282
- E-Mail Address
-
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
- Description
- 1.0�� �Description 1.1 The National Transportation Safety Board (NTSB) Acquisition and Lease Management Division is seeking information on how an interested party could provide hardware and software solutions for the recovery of data directly from memory boards extracted from flight data and cockpit voice recorders without the need for a working flight recorder (�Golden Chassis�) interface. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. �Further, the NTSB is not at this time seeking proposals and will not accept unsolicited proposals. �Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. �Not responding to this RFI does not preclude participation in any future RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Contracting Opportunities webpage of the System for Award Management (ww.sam.gov). �It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 1.3�� �NTSB is conducting market research through this RFI to capture information from the vendor community on the marketplace of potential solutions. This RFI seeks input regarding: a.�� �Industry�s general comments on the NTSB�s business needs and possible solutions including proposals of alternate methods of meeting business needs; b.�� �Industry�s capability to perform the work (including perceived risks and level of customization required); c.�� �Industry�s estimate of the approximate cost to acquire and implement the proposed solution; d.�� �Industry�s ability to demonstrate a proposed solution; and, e.�� �Industry�s ability to propose innovative strategies for meeting NTSB�s needs, including multi-vendor collaborative solutions, solutions that leverage open source tools, and enhancements that will bring value. The desired outcomes of this RFI are for NTSB to: a.�� �Learn more about what needs can and cannot be met with existing market offerings; b.�� �Determine the approximate cost of acquiring, implementing, and maintaining the solution(s); c.�� �Learn about the technology and staff resources that may be required to implement and support the solution; and, d.�� �Inform future budget planning. 2.0�� �Statement of Objectives The contractor shall provide all equipment, both software and hardware, and other items and non-personal services necessary to download flight recorder data directly from recovered memory boards. ��� �Capability to interface directly with memory boards, without the need for a surrogate or �golden chassis� unit; ��� �Describe which memory boards and/or recorders are currently supported; ��� �Capability to develop and expand compatibility to download recorder types not currently supported; ��� �Capability to troubleshoot failed downloads and assist in identification of the cause of failure; and ��� �Provide NTSB laboratory personnel with appropriate training. 3.0�� �Responses 3.1 Interested parties are requested to respond to this RFI. 3.2 Written responses in a PDF compatible format are due no later than April 25, 2022 at 4:00 PM/Eastern Time(ET). �Responses shall be submitted via e-mail only to bryan.moy@ntsb.gov. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. �To aid the Government, please segregate proprietary information. �Please be advised that all submissions become Government property and will not be returned. � 3.3. �Section 1 of the response shall provide administrative information, and shall include the following as a minimum: 3.3.1. �Organization Name, mailing address, physical address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 3.3.2. �Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3.3.3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services. �Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The number of pages in Section 1 of the response shall not be included in the 3-page limitation, the 3-page limitation applies only to Section 2 of the response. 3.4�� �Section 2 of the response shall answer the question below and shall be limited to 3 pages: a.�� �Within the Section 2.0 Statement of Work, is there any information that is not clear, or could otherwise be improved upon in order to perform the requirements of the contract to industry standards? 4.0 �Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contract Specialist at bryan.moy@ntsb.gov. �Verbal questions will NOT be accepted. �Questions will be answered by posting answers to the selected government point of entry; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after April 8, 2022 at 4:00 PM/ET will be answered. 5.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify parties that can provide tools for the direct download of memory boards recovered from flight data and cockpit voice recorders. The information provided in the RFI is subject to change and is not binding on the Government. �NTSB has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. �All submissions become Government property and will not be returned. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0270d2f050544b1597f7cdf8b65327c9/view)
- Record
- SN06280152-F 20220327/220326171931 (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 |