VSBP-3 Production/Sustainment
ID: VSBP-3Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Engineering Services (541330)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 3:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify vendors capable of providing production and sustainment services for the Voice Switch By-Pass (VSBP-3) system. This system is critical for ensuring that air traffic controllers maintain communication with pilots during primary voice switch failures, thereby enhancing operational resilience in air traffic management. The FAA anticipates the procurement of up to fifty new VSBP systems, along with logistics support, program management, and configuration management services, over a potential ten-year contract period. Interested vendors should submit their capability statements to Elizabeth H. Williams at elizabeth.h.williams@faa.gov, as this is a Total Small Business Set-Aside opportunity under NAICS code 541330, with no costs reimbursed for responses.

Point(s) of Contact
Elizabeth H. Williams
elizabeth.h.williams@faa.gov
Files
Title
Posted
Jan 7, 2025, 4:04 PM UTC
The document outlines the specifications for the Voice Switch By-Pass (VSBP-3) system utilized by the Federal Aviation Administration (FAA) to enable emergency access for air traffic controllers to air-to-ground radio systems during failures of the main voice switch. It details the system design, requirements, and component characteristics necessary for installation in terminals and mobile towers, ensuring uninterrupted communication capabilities. Key system components include a cabinet for various modules such as power supplies and relay systems, with configurations that support one or two frequencies or dual access for controllers. It mandates performance standards for audio quality, noise levels, and channel connectivity, emphasizing redundancy and reliability through uninterruptible power supply (UPS) systems. Quality assurance protocols and testing criteria are specified to meet FAA standards, along with references to applicable documents for compliance. The document serves as a technical foundation to guide future procurement and implementation efforts under government contracts, highlighting the integration of safety, operational efficiency, and adherence to existing regulations.
Jan 7, 2025, 4:04 PM UTC
The Voice Switch By-Pass (VSBP) Statement of Work outlines requirements for providing Air Traffic Controllers emergency access to FAA VHF and UHF radio systems in the event of a primary voice switch failure. The SOW encompasses product delivery, program management, quality control, configuration management, systems engineering, testing, and logistics support. The Contractor is tasked with producing up to fifty VSBP systems, along with associated hardware and tailored configurations as ordered. Key responsibilities include maintaining a Quality Control Program for compliance, undergoing regular technical reviews, and managing all configuration items to ensure system integrity. Testing procedures like Production Acceptance Tests (PAT) are mandated to confirm functionality before delivery. Warranty support includes repair or replacement of defective hardware for one year. Logistics responsibilities include Diminishing Manufacturing Sources and Material Shortages (DMSMS) analysis, spare parts provision, and secure storage for equipment. Additionally, the Contractor must manage an escrow account for technical documentation and provide a Technical Instruction Manual for installation support. This document serves as part of the federal government's effort to establish clear milestones and responsibilities in the procurement process for critical air traffic control equipment, ensuring operational resilience and safety standards in aviation communications.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
This is a Solicitation for a requirement to provide Static Transfer Switches (STS) at any applicable National Airspace Systems (NAS) facilities located throughout the United States and its territories.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the acquisition of Static Transfer Switches (STS) to be deployed at National Airspace Systems (NAS) facilities across the United States and its territories. The procurement aims to secure Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) STS, which are critical for ensuring reliable power management to essential equipment by facilitating automatic source selection between two power sources. This multi-year contract includes a base period of two years, with options for four additional two-year extensions, potentially totaling ten years, and emphasizes the need for comprehensive project management, technical support, training, and logistics services. Interested vendors can contact Edward Wright at edward.b.wright@faa.gov or (405) 954-0693 for further details regarding the solicitation process.
Notification of Single Source to VSGI SolutionZ Inc.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), has announced a single-source procurement opportunity for the replacement of the Maintenance Display Unit (MDU) associated with the Airport Surveillance Radar 9 (ASR-9) Sustainment 3 Project. This procurement involves the acquisition of custom Mobile Carts from VSGI SolutionZ Inc., which are essential for processing video signals from the ASR-9 system, as the current equipment has become obsolete and lacks supportability. The FAA emphasizes that ADB Safegate is the only approved manufacturer for the necessary control equipment, which is designed to interface with existing lighting systems. For further inquiries, interested parties can contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov. This announcement serves informational purposes only, and no competitive solicitation will be issued for this procurement.
Rohde & Schwarz FSMR3000 Measuring Receiver
Buyer not available
The Federal Aviation Administration (FAA) is seeking quotes for the acquisition of Rohde & Schwarz FSMR3000 Measuring Receivers, specifically models FSMR3008, FSMR3-B1, FSMR3-B3, FSMR3-B24, FSMR3-K7, FSMR3-K15, and NRP-Z27. This procurement aims to secure high-quality measurement equipment essential for FAA operations, with a delivery timeframe of 50 days post-award and a requirement for domestic origin of supplies. The opportunity is set aside for small businesses, and interested vendors must submit their quotes via email by May 8, 2025, at 2:00 PM Central Time, including the RFQ number 6973GH-25-Q-00103 in the subject line. For further inquiries, potential offerors can contact Connie Houpt at connie.m.houpt@faa.gov.
Solicitation for Satellite Telecommunications Multiplexers
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking quotations for the procurement of satellite telecommunications multiplexers, including MEMOTEC SDM9140E Satellite Routers and various interface cards and accessories. This procurement aims to enhance the FAA's telecommunications capabilities, which are critical for maintaining effective communication systems in aviation operations. Interested contractors must ensure compliance with federal regulations, including registration in the System for Award Management (SAM) and adherence to the Buy American Act, while also following guidelines for electronic invoicing and labor practices. For further inquiries, potential offerors can contact Olivia Hill at Olivia.A.Hill@faa.gov, with quotations due by the specified deadline outlined in the Request for Quotations (RFQ).
Market Survey for Air Traffic Control (ATC) Distribution Box
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a market survey for an Air Traffic Control (ATC) Distribution Box. This opportunity seeks to identify potential sources capable of providing electrical control equipment, specifically under the NAICS code 335999, which encompasses all other miscellaneous electrical equipment and component manufacturing. The procurement is critical for ensuring the reliability and efficiency of air traffic control systems, which play a vital role in national security and aviation safety. Interested vendors must contact Noel Acevero at noel.m.acevero.civ@mail.mil or Wesley T. Sparks at wesley.t.sparks.ctr@army.mil for further details, and they should be aware of the requirements for obtaining Technical Data Packages (TDPs) as outlined in the associated documents, including compliance with ITAR regulations and the necessity of a signed Non-Disclosure Agreement (NDA).
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
58--FLIGHT DECK MISSION
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight deck mission intercommunication and public address system, identified by NSN 0R-5831-016927541-P8. The requirement involves a quantity of one unit, with delivery terms set as FOB Origin, and is critical due to the unstable design of the part, which necessitates government source approval prior to contract award. This procurement is essential for maintaining operational capabilities, as the item is flight critical and has demonstrated marginal performance, leading to anticipated major design changes. Interested vendors must contact Patrick Horan at (215) 697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice, with specific documentation required for those not previously approved as sources.
58--COMMUNICATION SYSTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking qualified vendors for the procurement of communication systems, identified by NSN 7H-5895-015398868. The requirement includes a total quantity of 12 units, with delivery to specified locations in Pennsylvania and California, and is set aside for small businesses under the SBA guidelines. These communication systems are critical for military operations, ensuring reliable analog voice communication capabilities. Interested parties should contact Seana Steiner at (717) 605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
Mobile / Portable PV BESS Unit
Buyer not available
The Federal Aviation Administration (FAA) is conducting a Market Survey to identify potential vendors for a Mobile/Portable Photovoltaic Battery Energy Storage System (BESS) Unit. The FAA seeks a portable microgrid solution that integrates a photovoltaic generation system with a backup power system, designed for deployment in remote areas with rugged terrain and limited space. This system is critical for ensuring immediate backup power for connected loads and must include specific features such as a PV array with a capacity of 15 kW to 50 kW, a BESS with a capacity of 250 kWh to 350 kWh, and various output configurations. Interested vendors are invited to submit their capability statements by May 12, 2025, to Stefanie Wiles at stefanie.wiles@faa.gov and Sheryl Gregory at Sheryl.Y.Gregory@faa.gov, with responses limited to ten pages and including essential company information.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.