SOURCES SOUGHT
58 -- Sustainment of Northrop Grumman Enhanced Terminal Voice Switch (ETVS), Rapid Deployment Voice Switch (RDVS) and Small Tower Voice Switch (STVS)
- Notice Date
- 8/21/2020 6:06:47 AM
- Notice Type
- Sources Sought
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- 693KA8-20-SS-TVSS-01
- Response Due
- 8/31/2020 12:00:00 AM
- Archive Date
- 09/15/2020
- Point of Contact
- Elizabeth H. Williams, Mary M. Johnson, Phone: 2022673670
- E-Mail Address
-
elizabeth.h.williams@faa.gov, mary.m.johnson@faa.gov
(elizabeth.h.williams@faa.gov, mary.m.johnson@faa.gov)
- Description
- Purpose The purpose of this notice is to: Identify interested and capable sources who can provide sustainment support services for the recovery, storage, refurbishment, installation, modification, technical refreshment and engineering support for the previously deployed FAA baselined Enhanced Terminal Voice Switch (ETVS), Rapid Deployment Voice Switch (RDVS) and Small Tower Voice Switch (STVS). Notify industry of the FAA�s requirement for continued maintenance and sustainment of the voice switches until a competitively awarded voice switch replacement contract is awarded (2029 timeframe). Advise that the FAA does not know of any other vendor, except for NG, interested or capable of maintenance and sustainment of the STVS, RDVS and ETVS systems, due to the proprietary design. The FAA is seeking responses from interested and capable sources.� Instructions for submittal are provided in this announcement. Request responses from vendors who believe they are currently capable, or will be capable by January 7, 2022, of providing services described above for STVS, RDVS and ETVS systems. Disclaimer This is not a screening information request (SIR) or request for proposal. The FAA is not seeking or accepting unsolicited proposals. The FAA is seeking interested sources that are capable of fulfilling the FAA�s requirements. In accordance with A.M.S. Policy 3.2.1.2.1, this market survey is to solicit statements of interest and capabilities from interested business concerns. This market survey also seeks to identify potential vendors for this work, including groups of business teams. For questions about FAA�s acquisition policies, please visit https://fast.faa.gov, which provides the FAA�s Acquisition Management System (AMS) Policy and Guidance as well as provisions and clauses used by the FAA in its acquisitions. Participation in this market survey is voluntary and respondents may choose to respond to all or some of the requests. Submissions in response to this market survey announcement must be relevant to the subject of the market survey and the survey questions. Responses will be reviewed by U.S. Government employees and a limited number of Government support contractors working under non-disclosure agreements. Background The Federal Aviation Administration (FAA) is conducting a market survey to identify interested and capable sources who can provide maintenance and sustainment support services for the recovery, storage, refurbishment, installation, modification, technical refreshment and engineering support for the previously deployed FAA baselined Enhanced Terminal Voice Switch (ETVS), Rapid Deployment Voice Switch (RDVS) and Small Tower Voice Switch (STVS). The ETVS, RDVS and STVS are part of FAA�s Terminal Voice Switch Sustainment (TVSS) Program. Northrop Grumman (NG) Systems Corporation currently provides the STVS, RDVS and ETVS sustainment services under contract DTFAWA-17-C-00023, which was awarded as a single source award on June 9, 2017 with a five-year period of performance. Since 1985, NG has manufactured, tested, installed, trained, and supported STVS, RDVS and ETVS systems. The current contract, DTFAWA-17-C-00023, expires on June 8, 2022. To the FAA�s knowledge, NG is the only vendor who possess the rights to the technical data and design, intellectual property, and engineering expertise required to support the proprietary design of the STVS, RDVS and ETVS systems hardware and software baseline.� The TVSS covered systems (STVS, ETVS and RDVS) are NAS-baselined Air Traffic Control (ATC) voice switches and have passed all In-Service requirements, therefore are approved for operations in the NAS. Sustainment of these voice switches must continue, as it is intrinsic to the mission of the FAA, until the competitively awarded switch replacement contract awarded (2029 timeframe). The work will include restoring equipment to operational condition, refurbishing systems to meet site communications requirements, restoring hardware and software to serviceable condition, installation and engineering support for technical issues to maintain the approved operational configuration baseline. The sustainment of operation voice switches must continue to provide the capability for Air Traffic personnel to carry on with their work. Approaches should consider the STVS, RDVS and ETVS are systems that will continue to operate 24x7.� Instructions for Submittals The Government welcomes industry responses from vendors who believe they are currently capable, or will be capable by January 7, 2022, of providing sustainment services for STVS, RDVS and ETVS systems. Responses must provide evidence of the vendor�s capability to support, what the FAA understands to be, proprietary systems and at a minimum must address: Availability of technical data including manuals, drawings, software, specifications, and processes, which will allow full support of the systems; Ability to produce 3F compatible parts and assemblies; Knowledge and capability to provide integrated logistics resources for the systems of interest; Engineering expertise with an understanding of the technologies and architecture of the systems of interest; Tools, jigs, fixtures, test equipment necessary to accomplish repair and refurbishment of systems and equipment; and Knowledge and documentation of delivered systems. Responses must be submitted via e-mail to: 1. Elizabeth H. Williams Contract Specialist, AFN/AAQ-320 elizabeth.h.williams@faa.gov 2. Mary M. Johnson Contracting Officer, AFN/AAQ-320 mary.m.johnson@faa.gov The email subject line must include the beta.SAM announcement number followed by the company name. Individual e-mail message size (i.e., email body text plus any attachments) must not exceed 10 MB. If more than one email is required to complete a respondent�s submission, then in email subject header following the company name, state which submission in the sequence is contained in the given email and the total number of email submissions being made by respondent (i.e., Email 1 of 2, Email 3 of 3, etc.) Industry feedback will be considered in the preparation of the acquisition strategy. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified. The Government is not responsible for any cost incurred by industry in responding to this notice. Submission of electronic files on digital data storage media (i.e., Blu-ray, DVD or CD; flash drives) will NOT be accepted. All submissions in response to this announcement must be in writing and are due by the date and time shown identified in this announcement.��Telephone calls or paper submissions will not be accepted. Comments and questions on the Market Survey are not considered part of the response submission. Responses must be submitted in electronic format according to the format guidelines below. Electronic copies must be provided in Microsoft Office or Adobe PDF (portable document file) format. Submissions must include company point(s) of contact, title(s), telephone number(s), email address(es) and mailing address. Responses will not be returned. Any proprietary or confidential information contained in the market survey submissions must be appropriately marked. All costs associated with the preparation or submission of responses is the responsibility of the potential source. The U.S. Government will not pay for an information received or costs incurred in preparing the response to the market survey. Any cost associated with the market survey submission, therefore, is solely at the interested vendor�s expense.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3ec6e11a728b42a88f06f596f770eaa2/view)
- Record
- SN05769736-F 20200823/200821230208 (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 |