SOURCES SOUGHT
99 -- SATELLITE PHONES SERVICES
- Notice Date
- 6/2/2020 3:27:05 PM
- Notice Type
- Sources Sought
- Contracting Office
- 693KA9 CONTRACTING FOR SERVICES WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- AAQ-450-EBROWN
- Response Due
- 6/24/2020 2:00:00 PM
- Archive Date
- 06/25/2020
- Point of Contact
- elisa brown, Phone: 2022673610
- E-Mail Address
-
elisa.brown@faa.gov
(elisa.brown@faa.gov)
- Description
- MARKET SURVEY CAPABILITY ASSESSMENT & REQUEST FOR QUOTES SATELLITE PHONES SERVICES In accordance with Federal Aviation Administration Acquisition Management System (AMS) Policy 3.2.1.2.1 this announcement is to conduct a Market Survey for the purpose of soliciting statements of interest and capabilities from potential vendors. The responses to this market survey will be used for informational and planning purposes only and will not be released, except as required under the Freedom of Information Act (FOIA).� Proprietary information that is appropriately marked will be protected in accordance with the FOIA. At this time, the nature of the procurement has not been determined.� The FAA may decide to do an open competition or to set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's ��8(a) Program or a utilize another approach. The acquisition strategy for the procurement has not been determined at this time, however, either an unrestricted competition, set-aside, or other approach may be chosen depending on the responses to the market survey.� If the FAA decides to conduct a competition, it may limit the competition to only those vendors who respond to this market survey. The Federal Aviation Administration (FAA) is seeking experienced interested parties to provide 24x365 satellite phone capability to respond to emergency events. The satellite network is an integral part of the agency�s emergency communication system and must remain operational 365 days a year, such that during emergencies and disasters, any satellite phone user can successfully reach operating ground infrastructure or any other FAA satellite phone user and remain connected. To ensure proper operation of the satellite communications (SATCOM) network, bi-monthly exercises are conducted. The SATCOM exercises comprise the bulk of the usage, except when there is a disaster/emergency, at which point the SATCOM devices are used until traditional voice services are restored after the disaster/emergency.� The current array of emergency satellite phone infrastructure is voice based (not data) and comprised of the following: Fixed SATCOM, currently in the field, around North America, Caribbean, and the Pacific-including Alaska, Hawaii, Saipan, Guam, American Samoa, approximately: 107 total fixed terminals 64 fixed terminals (Mitsubishi ST151) 43 MSAT G2 systems (Hughes 2100 Transceiver) � Mobile SATCOM, currently in the field, around North America, Caribbean, and the Pacific-including Alaska, Hawaii, Saipan, Guam, American Samoa, approximately: Handheld Satellite Devices 12 ISatPhones Pro, Inmarsat handheld devices 3 New ISatPhones �Pro 2� 9 Outdated ISatPhones Pro 44 Iridium devices at end of life, model# 9505A & 9505 142 Iridium devices, model# 9555 44 Iridium devices, model# 9505A & 9505 Currently have 5 mobile (MSAT G2) systems active (Hughes) 2 New Mobile MSAT G2, not active (Hughes) � The FAA requires the following from Interested Parties: With a maximum of 10 pages using font size Times New roman 11,respondents must demonstrate with their ability, any related cost, and related service plans/packages to provide satellite service to the existing infrastructure based on the average usage being only 5 minutes per device per month.� Anticipate also that the vast majority of those systems are bound by annual contracts, and that rolling conversion to new service providers monthly may be the most cost effective over the course of a year.� Please do not assume to be able to transition all systems at one time, notable also because many of those existing systems/models must have onsite support configure for new service, equating to high travel cost. Please feel free to advise us of any different architectures, devices, constellations, services, and ground hardware that would be financially beneficial in replacing our current fixed/mobile/handheld network.� Please be clear in all costs related to service, hardware, SIM cost, SIM activation cost, software update costs, monthly service cost, cost per minute for usage, and other relevant costs. Respondents must create a service and price structure table to suit your proposal for services.� Also please feel free to advise us of any variations that may save the FAA money.� Whatever format you provide in your response, ensure all fees and fee structures are clear. � Respondents must also provide the following business information for their company: Company Name Address Point of Contact CAGE Code Phone Number E-mail Address Web Page Address Specify whether your company is a U.S. or foreign-owned firm Respondents must also identify as to whether or not they are an eligible small, service-disabled veteran-owned and/or 8(a) certified business or a classified large business A copy of your SBA 8(a) certification letter, if applicable � All responses to this market survey must be less than 10 pages including any related cost information and must be received by June 24, 2020. � All responses should be submitted via email to: � Federal Aviation Administration ATTN: Elisa Brown, FAA Contracting Specialist, AAQ-450 800 Independence Avenue, SW Washington, DC� 20591 Elisa.Brown@faa.gov (202) 267-3610 � The FAA is not seeking or accepting unsolicited proposals at this time.� The FAA will not pay for any information received or costs incurred in preparing the response to this market survey.� Therefore, any cost associated with the market survey submission is solely at the interested vendor�s expense. � � � � � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/85ad18def22e48d095776c5260667159/view)
- Record
- SN05678127-F 20200604/200602230214 (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 |