Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOURCES SOUGHT

99 -- Voice Recorder Replacment Program (VRRP)

Notice Date
6/30/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ATO-A FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-06-R-03961
 
Response Due
7/31/2006
 
Description
PURPOSE - The purpose of this announcement is to obtain offers in response to the attached Request for Proposal for systems which will record both aviation air-to-ground (A/G) and ground-to-ground (G/G) transmissions and store them for later retrieval. This applies to all Air Traffic Control (ATC) domains, including Air Traffic Control Towers (ATCT), Terminal Radar Approach Control (TRACON) facilities, Air Route Traffic Control Centers (ARTCC), and the Federal Aviation Administration (FAA) Command Center. BACKGROUND - The Voice Recorder Replacement Program (VRRP) has been to address technical, logistical, and deployment shortfalls of existing ATC voice recorders. VRRP also addresses similar voice recording issues at Department of Defense (DOD) facilities. The VRRP statement of work includes an option for radar recording for playback on radar systems at the DOD facilities. Overall, the VRRP will provide flexible and reliable A/G and G/G voice recording for use during accident/incident investigations, training and quality assurance evaluations, search and rescue (SAR) operations, and Freedom of Information Act (FOIA) requests. CONTRACT EXPERTISE REQUIRED - Expanded details are provided in the Statement of Work and Specification. Briefly, contractors responding to this Request for Proposal must be able to do the following: a. Design, implement, test, and install VRRP equipment in accordance with the requirements contained in the VRRP Specification; b. Prepare Statement of Work deliverables in accordance with the contract data requirements list (CDRL) and the associated data item description (DID). c. Make maximum use of commercial-off-the-shelf (COTS) and non-developmental item (NDI) parts/components that have demonstrated high reliability. d. Provide and deliver to the Government all COTS executable (loadable) software, which is part of the VRRP system. This will include ownership transferable software licenses and the associated documents needed to maintain the computational software for all software delivered under the VRRP contract. e. Permit Government user activities to prepare back-up copies of all software delivered with the VRRP without restriction subject to the purposes of the VRRP contract. f. Maintain provided software through the warranty period for all VRRP systems delivered and installed. g. Maintain a depot support facility for parts replacement. h. Test and validate using contractor prepared-Government approved test procedures all VRRP software modifications and updates before they are delivered to the Government. i. Provide a copy of all validated software updates and modifications (e.g., routine updates to improve performance, enhance maintenance operations, correct system shortcomings, etc.,) and the associated test procedures employed. j. Assist the Government in software verification, integration, and regression testing as specified in the VRRP contract. k. Develop Program Management Plans to accomplish all of the foregoing activities. INSTRUCTIONS - Any firm interested in competing for this requirement may respond by submitting a proposal in accordance with the attached section L. All submissions will be properly secured and protected by the FAA. Please be advised that all submissions become property of the government. This is a three-phase procurement during which competitors will be evaluated and either selected or not selected to continue on to the next phase. All offers in response to this SIR - Request-For-Proposal, must be received at the specified address no later than 4:30 p.m. Eastern Time on July 31, 2006. The address for US mail or other delivery is Federal Aviation Administration, Attn: Larry Greer, AJA-47, Room 400-West, 800 Independence Avenue SW, Washington, DC 20591. (Tele: 202-493-4810) The FAA will not pay for any information nor any incurred costs that are associated with any proposal received in response to this solicitation. Any and all costs associated with any proposal submissions will be solely at the interested party's expense. FOLLOW-UP - The FAA will respond to all written questions or comments that are submitted within 5 working days from the date of this SIR announcement. Should you have any questions concerning this SIR package, send your question to: Mr. Larry Greer, Contracting Officer, via E-mail (larry.greer@faa.gov).
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4925)
 
Record
SN01081143-W 20060702/060630220607 (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 |
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.