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
    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
    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.
    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
    Base Telecommunications Services, Dover AFB
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base, is seeking small business contractors to provide comprehensive telecommunications services. The contractor will be responsible for ensuring the availability and maintenance of the Base Telecommunications System (BTS), which includes managing an Avaya LSC, IX Voicemail, Sonus Session Border Controllers, and both outside and inside plant systems, with a requirement for 24/7 operational support. This opportunity is critical for maintaining effective communication capabilities essential to the mission of the 436 Communication Squadron. Interested parties should contact Justin Bordalo at justin.bordalo@us.af.mil or Angela Nartowicz at angela.nartowicz.1@us.af.mil for further details, and are encouraged to review the attached Performance Work Statement for specific requirements and responsibilities.
    Voice over Internet Protocol (VoIP) Telephone System Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the modernization of its Voice over Internet Protocol (VoIP) Telephone System. This procurement aims to enhance the existing telecommunications infrastructure, ensuring improved communication capabilities within the Air Force. The modernization of the VoIP system is critical for maintaining efficient and reliable communication, which is essential for operational effectiveness. Interested parties can reach out to Ashley Bevins at ashley.bevins@us.af.mil for further details regarding the procurement process.
    F-35 VDATS NAI API
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the procurement of the F-35 VDATS NAI API, with a focus on small businesses as this opportunity is set aside for total small business participation. The procurement involves a firm fixed-price contract for specific equipment, including instrument simulators and position indicators, with a delivery timeline not exceeding 120 days after receipt of order (ARO). This equipment is critical for maintaining and supporting the operational capabilities of the F-35 aircraft. Interested vendors should contact Fernando Orozco at 801-777-1625 or via email at fernando.orozco.1@us.af.mil, or Lasonia Anderson at 478-926-9510 or lasonia.anderson@us.af.mil for further details.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. The procurement involves a five-year firm fixed-price contract, which includes a three-year basic period and a two-year option, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. These valves are critical components for controlling cabin airflow in F-15 aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by January 7, 2026, at 3:00 PM CST, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
    58--CONTROL-POWER SUPPL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of control power supply items under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing. The contract involves the supply of critical materials essential for shipboard systems that support the launch and recovery of aircraft, emphasizing the importance of quality and compliance with specific military standards due to the potential consequences of using defective materials. Interested vendors should note that this opportunity is set aside for small businesses, and they can reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further details. The solicitation includes various clauses related to quality assurance, delivery timelines, and inspection requirements, with a focus on ensuring the integrity and safety of the supplied items.
    16--SENSING ELEMENT VCS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the Sensing Element VCS, identified by NSN 1680015628649. This procurement is a Total Small Business Set-Aside, aimed at acquiring aerospace craft components and accessories, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 155 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    58--CONTROL,INTERCOMMUN, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of intercommunication and public address systems, identified by NSN 0R-5831-016902235-QE, with a quantity of 54 units required. The procurement is critical as the design of the part is unstable, necessitating significant changes that may render the current configuration obsolete; thus, government source approval is mandatory prior to contract award due to the flight-critical nature of the item. Interested vendors must provide detailed technical data and evidence of prior experience in producing similar items, as proposals lacking the required documentation will not be considered. For further inquiries, interested parties can contact Dianne L. Wydra at (215) 697-6681 or via email at Dianne.L.Wydra.CIV@US.NAVY.MIL, with a proposal submission deadline of 45 days from the notice publication date.
    60--SWITCH,FIBER OPTIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure four units of a fiber optic switch, identified by NSN 7R-6021-016185545-P8 and reference number SCD7396-E. The procurement is necessitated by the unavailability of competitive data for this specific part, which cannot be economically obtained or adequately described for a competitive solicitation. This fiber optic switch is critical for maintaining the operational capabilities of military communications and network systems. Interested parties are encouraged to contact Keli Barish at (215) 737-3861 or via email at KELI.BARISH@DLA.MIL to express their interest and capability to fulfill this requirement, with a response deadline of 45 days from the notice publication date.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.