SOURCES SOUGHT
70 -- VSBP-3 Production/Sustainment
- Notice Date
- 1/7/2025 7:46:16 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- VSBP-3
- Response Due
- 2/7/2025 7:00:00 AM
- Archive Date
- 03/07/2025
- Point of Contact
- Elizabeth H. Williams
- E-Mail Address
-
elizabeth.h.williams@faa.gov
(elizabeth.h.williams@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. Introduction 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 interested vendors. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). The FAA is not seeking or accepting unsolicited proposals. This announcement is for information and planning purposes and is not to be construed as a commitment of any type by the Government. The Government will not reimburse any costs incurred by vendors in responding to this notice. Any costs associated with this Market Survey will be the sole responsibility of the vendor. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. At this time, the nature of the competition has not been determined. This Market Survey is intended to seek information from interested vendors of all sizes and types, including large businesses. Both large and small businesses are encouraged to respond. The FAA may request that one, some, all, or none of the respondents to this Sources Sought/RFI provide additional information, and vendor participation in any information session is not a promise for future business with the FAA. 2. Background The VSBP-3 is an electromechanical device installed in Airport Traffic Control Towers (ATCT) and Terminal Radar Approach Control (TRACON) facilities throughout the National Airspace System (NAS) and Department of Defense (DOD) facilities. If a loss of communications happens the ATC must continue and complete exchanges with pilots including changing operator positions or clearing the airspace. The VSBP-3 is a backup communications system that Air Traffic Controllers (ATC) can use to stay in communication with pilots if there is a failure in the primary voice switch installed at their facility. 3. Purpose The purpose of this RFI is to solicit statements of interest from businesses capable of providing production and sustainment services for the FAA�s Voice Switch By-Pass (VSBP) system. In some instances, the transition to backup communications must occur within seconds the instant an air traffic controller recognizes a loss of A/G connectivity. The backup communications system must be accessible to and electable by individual air traffic controllers. The backup communications system will provide emergency access to radios in several common configurations with the capability to switch between main radios. When the backup communications system is selected, position audio must also be provided to the facility legal recorder. The FAA anticipates that the following will be covered as part of the VSBP-3 scope: Production and delivery of up to fifty (50) new VSBP systems for use in new terminal facilities located throughout the continental United States (CONUS) and a limited number of OCONUS facilities. Logistics Support including Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis for over three hundred (300) fielded VSBP systems. Program Management Configuration Management Restoration of hardware and software to serviceable condition, covered under a one-year warranty Contract Data Requirements List (CDRL) updates to include, but not limited to, a Quality System Plan (QSP) and a Configuration Management Plan (CMP). Maintaining and tracking Government Furnished Property (GFP) at the Contractor�s facility. All tasks noted above shall be in accordance with the attachments listed in Section V below. The anticipated period of performance will be 10 years (3-year base, two 2-year options, and 3 one-year options). 4. Capability Statement Interested sources should respond to this Market Survey by providing a general Capability Statement in accordance with the requirements below: One (1) page letter of transmittal that includes: name of the vendor/firm/corporation available NAICS and CAGE code(s) business size and socioeconomic status (to include whether the company qualifies as a small business under the NAICS code size standard) point of contact (i.e. name, title, telephone, email) Capabilities Statement (maximum of 10 pages including the cover sheet) that includes: Description of similar and/or related services currently provided (or provided within the past five (5) years) of any experience your company has in deploying, maintaining, and sustaining a system in the NAS and/or in a system that has similar complexities and magnitude as the NAS. This will include: Project Description (contract or subcontractor number, as applicable) Dollar Value Period of Performance (POP) Describe your approach and/or technical solution that would meet FAA�s requirements, to include descriptions or data sheets of your current product offerings that either meet or could be modified to meet the requirements in the Technical Description. If your service and/or product needs modification, address the magnitude of the modification in equipment, time and effort. Describe your ability to manufacture and deliver new VSBP systems to up to fifty (50) new ATC facilities over the course of the five-year contract performance period. Illustrate your ability to provide technical data in manuals, drawings, bulletins, specifications and processes which will allow full support of the systems. Describe your ability to produce Form, Fit and Function (3F) compatible components, parts and assemblies. Illustrate your knowledge and capability to provide integrated logistics resources to a large number of fielded VSBP systems including managing a Diminishing Manufacturing Sources and Material Shortages (DMSMS) program. Demonstrate engineering expertise with an understanding of the technologies and architecture of the VSBP system. Description of the capability in maintaining a replica system (Test Bed) at a facility (yours or others) for resolving technical issues and/or engineering changes and/or upgrades without disrupting an operational system. Geographic area(s) where the vendor/firm/corporation can provide service(s). Format guidelines: Page Size :8.5� x 11� inches Margins :1 inch Spacing: single Font: Times New Roman, 12 point V: Attachments/Links: Attached to this announcement are the following documents: VSBP-3 Product Specification_6Nov2024_DRAFT VSBP-3 Section C SOW_v4_4Nov2024
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/80529499a4914b408f7bbaee2cfbf310/view)
- Place of Performance
- Address: DC 20591, USA
- Zip Code: 20591
- Country: USA
- Zip Code: 20591
- Record
- SN07307443-F 20250109/250107230116 (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 |