DOCUMENT
D -- Market Survey for Providers of Application Program Interface which will allow centralized remote access to recorded voice communication. - Attachment
- Notice Date
- 6/12/2013
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-320 WA - FAA Headquarters (Washington, DC)
- Solicitation Number
- 14357
- Response Due
- 6/28/2013
- Archive Date
- 6/28/2013
- Point of Contact
- Charles McGovern, charles.mcgovern@faa.gov, Phone: 202-267-8468
- E-Mail Address
-
Click here to email Charles McGovern
(charles.mcgovern@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This Market Survey is issued In accordance with the Federal Aviation Administration Acquisition Management System (FAA AMS) Paragraph 3.2.1.2.1 (Market Analysis), to determine whether commercial items exist to meet the Voice Recorder Replacement Program (VRRP) Application Programming Interface (API) requirements. This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP). The Federal Aviation Administration is not seeking or accepting unsolicited proposals. The FAA Air Traffic Organization (ATO) operates a risk-based monitoring of air traffic operational safety events and that process requires a systemic, risk-based review of safety events. Because of an increased volume of safety events that require analysis, the FAA now requires a software solution which allows for centralized remote access to recorded voice communication. FAA Order JO 7210.633, ATO Quality Assurance Program (QA), addresses the policy and process for identifying safety trends in the National Airspace System (NAS) and verifying the effectiveness of safety risk mitigations. FAA Order JO 7210.634, ATO Quality Control (QC), defines the policy and process for quality monitoring and compliance verification for services provided by air traffic control facilities, technical operations, and flight service stations. Recorded voice communication is required to be available to designated personnel throughout the NAS. The FAA is seeking a solution that automates and centralizes remote access to voice recording files at field sites and extends access to FAA air traffic facilities, service centers, and headquarters. To successfully perform this requirement and minimize risk to the FAA, potential vendors must have: 1. An API that interfaces with NICE Inform software version 3.0.3, the software which is currently resident in the FAA ™s Digital Audio Legal Recorder (DALR) systems, manufactured by Nice Systems, Inc. 2. An API that that meets the Office of Safety requirements specified in the API Statement of Work (attached). 3. API software that is available and can be delivered within 180 days after receipt of an order. NICE Inform software version 3.0.3 is proprietary and will not be provided by the FAA. Interested vendors must respond with a Capability Statement that cites their API ™s capability to meet the above items and performing in an Air Traffic environment. The documentation must clearly demonstrate that the vendor ™s product is capable of providing the required services. Vendors must cite customers and instances of their API use with the NICE Inform software version 3.0.3 in the marketplace. The format of the documentation is at the vendors' discretion, but no more than 20 pages including charts/diagrams. In order to be considered as an acceptable source, vendors must meet all the requirements listed in the attached SOW. Vendors that do not meet all the requirements in the SOW will be determined to be unacceptable and removed from further consideration. The FAA will not pay for any information received or costs incurred in preparing responses to the announcement. Additionally, information provided in response to this announcement is for informational purposes only and will not be released. If proprietary information is submitted it must be clearly marked in the responses. This announcement shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. Vendors believing they possess the capability to meet this requirement can respond to this announcement with your firm ™s capabilities and experience. Responses should be submitted no later than 5:00 PM ET June 28, 2013, via email to Charles McGovern at: Charles.McGovern@faa.gov. Please Cc Dominic Lackey at dominic.lackey@faa.gov. The FAA is not seeking or accepting unsolicited proposals. Questions concerning this announcement may be directed to Charles McGovern, Senior Contracting Officer, ATO Communications Contracts Branch, AAQ-320 at: Charles.McGovern@faa.gov. Please Cc Dominic Lackey at dominic.lackey@faa.gov. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14357 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/14357/listing.html)
- Document(s)
- Attachment
- File Name: API SOW for Industry 05_29_13Rev1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/31489)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/31489
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: API SOW for Industry 05_29_13Rev1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/31489)
- Record
- SN03087281-W 20130614/130612235316-156bc8efef633387d7c1aedaf157badc (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 |