Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2003 FBO #0744
SOURCES SOUGHT

99 -- Interim Voice Switch Replacement Program

Notice Date
12/9/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASU-330 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-04-R-00012
 
Response Due
1/12/2004
 
Point of Contact
Stephen Bobby, 202-493-4786
 
E-Mail Address
Email your questions to steven.bobby@faa.gov
(steven.bobby@faa.gov)
 
Description
Interim Voice Switch Replacement Sources Sought The Federal Aviation Administration (FAA) intends to award a competitive contract for Telephony Voice Switching Systems to support the commissioning of new and refurbished Air Traffic Control (ATC) facilities. We are conducting a market survey of industry sources who are interested participating in this procurement. Vendors must be capable of fulfilling the Interim Voice Switch Replacement (IVSR) program requirements. 1.1. Operational Concept The Interim Voice Switch Replacement (IVSR) replaces obsolete electromechanical and aging analog voice switches in existing FAA facilities and will provide voice switching capabilities in new FAA facilities. The IVSR will provide Air Traffic Controllers with reliable voice communication with aircraft, through radios or voice communication with other ground based air traffic facilities, through a telephone network. The IVSR will allow the safe and efficient control of commercial and general aviation aircraft. The IVSR will be a software configurable voice switching system that is adaptable to the requirements of specific sites. The IVSR system design will allow operators to communicate with each other and to interface with radios and telephone and inter phone voice paths. As ordered by the Government, the IVSR contractor will deliver, install, integrate, and test the IVSR at Government designated sites. The IVSR contractor will provide the personnel, equipment, software, materials, and services required for these efforts. The contractor will also provide system training and life-cycle support as designated by the Government. 1.2. Sources Sought You are invited to submit a proposal demonstrating the suitability of your product to meet the critical criteria listed under section 1.3 and the requirements described in the draft SIR (enclosure 1). The FAA will use the qualification/screening criteria outlined below to evaluate the responses to this announcement. Only those offerors responding to this announcement and being evaluated as meeting the qualification/screening criteria will be determined to be eligible as a ???qualified source???. The Government will publish a list of the qualified sources approximately 20 days after responses are due. Only the qualified sources will be eligible to respond to the final SIR. Issuance of the final SIR is anticipated in 2 February 2004. 1.3. Qualification/Pre Screening Criteria The Offeror shall describe and state how their proposed COTS system meets the following critical criteria for the IVSR: ?? Successfully operating in a commercial air traffic control (separating aircraft in flight) environment. ?? Meets the following key technical aspects: - System architecture to accommodate expandability to 80 positions, 100 trunks and 100 radios. - No single point of failure within the system. - Operational availability (0.99999) of the entire switch system. ?? Has management and support structure in place to support all of the functional requirements of the SOW eg., (system adaptation, production, QA, CM, test, maintenance, logistics and in-service support) in the schedule required. In addition, interested parties shall include on a separate sheet of paper the name, organization, and phone number for up to 2 locations where the proposed system meeting the above criteria is installed and operating. The Government plans on contacting telephonically persons on the provided list for more information on the system operating at their facility. The party submitting the response will be invited to participate in these conversations. 1.4. Qualification/Pre Screening Criteria Evaluation Factors ?? Factor ??? Does the Offeror describe a COTS system that is successfully operating in a commercial air traffic control (separating aircraft in flight) environment? ?? Factor - Does the Offeror???s proposed system meet key technical aspects of the IVSR requirements (architecture supports minimum size, single point of failure, availability, etc.) without any development? ?? Factor ??? Has the Offeror defined a viable plan that substantiates its capability to meet the functional requirements of the SOW in the schedule required? 1.5. Requests for Clarifications An Offeror may request clarification in writing from the Contracting Officer for any prescreening requirement that is unclear or in conflict by sending e-mail via the Internet to: steven.bobby@faa.gov Any requests for clarification shall be received no later than 5 calendar days after release of this Sources Sought Announcement. Any changes in requirements or other terms and conditions that result from requests for clarifications will be made by formal amendment to this announcement. 1.6. Expenses Related to Offeror Submissions The Government is not responsible for and will not pay or reimburse any costs incurred by the Offeror in the development, submission or any other part of the offer submitted under this prescreening solicitation. This includes any costs associated with pre-proposal meetings, visits to government facilities and any research, studies or designs carried out for the purpose of incorporation into any part of the offer. This also includes any costs to acquire or contract for any services or product relating to the offer under this prescreening solicitation. Furthermore, no pre-contract costs will be allowed on this contract. Pre-contract costs are defined as any costs incurred at the Offeror???s risk in anticipation that any such costs may later be charged to any resulting contract, and to the extent that they would have been allowable if incurred after the date of the contract execution and to the extent authorized by the Contracting Officer. 1.7. Communications with Offerors All communications will be documented and controlled through the Contracting Officer. Communications with one Offeror does not require communications with any other Offeror???s. 1.8. Non-Government Evaluators and Advisors Offerors are advised that individuals from the following support contractor organizations will participate as non-government evaluators and advisors in the evaluation of proposals: CEXEC, Chesapeake Consulting, American Engineering Services and other organizations as needed. Individuals will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific recommendations on specialized matters. Any objection to disclose information to these non-government evaluators and advisors should be provided in writing no later than 5 calendar days after prescreening solicitation release and shall include a detailed statement with the basis of the objection. All non-Government personnel have signed, or will sign before the evaluation process begins, non-disclosure and conflict of interest statements. The exclusive responsibility for source selection remains with the FAA. 1.9. Format & Page Limitation Your Prescreening proposal must contain factual and substantiated information. It should be concise and comprehensive. Please write your responses in a way that allows for evaluators to readily identify and access your responses to the critical criteria described in section 1.3 above and the requirements contained in the draft SIR (enclosure 1). General statements that the Offeror understands the requirements of the work to be performed, or simple rephrasing or restating of the Government???s requirements will not be considered adequate. Your Prescreening proposal should be provided in loose-leaf notebooks on standard letter size 8-1/2 by 11 inch paper. The font for text shall be 12-point or larger, six lines per inch with one-inch margins for the left, right, top and bottom of each page. The font for graphics, illustrations, and charts shall be eight point or larger. Charts prepared in either portrait or landscape style shall be on 8-1/2 by 11 inch paper and can be prepared in any typeface easily readable. The Offeror may use oversize pages (including ???foldouts???) where appropriate to contain complex or extensive graphic presentations. Oversize pages will be provided separately from the body of the text (e.g., bound in a section in back of the body text or folded to fit within the proposal binding when closed) and do not count as extra pages within the page limitations. 1.10. DRAFT SIR Comments Offeror???s are encouraged to review and comment on the attached Draft SIR (Enclosure 1 and Requested CD File). Comments should be sent to the above address and received no later than 12 January 2004, 2:00 pm Eastern Time. The Government will review the comments and incorporate the appropriate changes into the Final SIR. The government appreciates your efforts in helping to ensure a more streamlined and higher quality acquisition vehicle. 1.11. Submission of Qualification/Prescreening Proposal Prescreening proposals are due by January 12, 2004, 2:00 pm Eastern Time. Offerors shall provide one (1) electronic copy and four (4) paper copies of their proposal. All electronic file content shall match the print versions of the submitted documents. Should the electronic and print versions of submitted documents not match exactly, the electronic version shall take precedence. Electronic submissions shall be accompanied by a printed inventory that identifies all CDs, their file contents and their electronic formats. All CDs and files shall be labeled with the Offeror???s name, submission data and the words ???Source Selection Sensitive???. Videotapes, computer demonstration disks or other such media shall not be submitted with the Offeror???s proposal. If such materials are submitted, they will be returned without evaluation. The written proposal shall stand on its own merits. Prescreening proposals received after this time shall be considered late and will be excluded from further consideration and such Offeror???s will not be eligible to participate in the Final SIR. Proposals shall be delivered to the Contracting Officer at the following address: Federal Aviation Administration ASU-330, ATTN: Stephen M. Bobby 800 Independence Ave., SW, Room 508 Washington, DC 20591 steven.bobby@faa.gov 202-493-4786 NOTE: 1) See attached DRAFT SIR under ???Enclosure 1???. 2) Computer Based Instruction CDs can be requested via e-mail or telephone. Requests should be made no later than 18 December 2003 to ensure timely receipt. The CDs contain the instruction courses for the ETVS and RDVS-IIA. The CBI courses can be used as examples of Touch Entry Display layouts that are acceptable from a Human Factors perspective (see Draft Sir Section C3.8.2.5 IVSR Air Traffic (AT) Controller Training).
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00483959-W 20031211/031209211846 (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 |
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.