VOICE SWITCH HEADSETS (VSHS) AND ACCESSORIES
ID: 6973GH-25-M-VSHSType: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Telephone Apparatus Manufacturing (334210)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to gather information and comments from industry regarding the procurement of Voice Switch Headsets (VSHS) and associated accessories. The FAA seeks to develop an acquisition strategy that includes not only the headsets and accessories but also engineering and configuration management services, as outlined in the draft Statement of Work (SOW) provided. These headsets are critical for Air Traffic Control Specialists, ensuring effective communication and operational safety within air traffic control facilities. Interested vendors must submit their responses, including capability statements and cost estimates, by 4:00 p.m. Central Time on January 13, 2026, to Jason Perry at jason.m.perry@faa.gov, marking all documents as proprietary where necessary.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for a contractor to provide Voice Switch Headset and Handset (VSHS) systems and associated services for Air Traffic Control Specialists. The scope includes supplying VSHS, handsets, and ancillary equipment, along with program management, engineering, and logistics support. Key areas detailed are program management, encompassing configuration and quality management, reliability, maintainability, and availability. The SOW also covers VSHS systems engineering, human factors design, and comprehensive test and evaluation programs. Logistics support includes repair services, a 2-year warranty with defined response times, contractor engineering/technical/maintenance support, lifecycle support, failure analysis, technical data packages, and training. The document specifies applicable FAA and other industry standards that the contractor must adhere to for all deliverables and services.
    The FAA-P-3015A Draft outlines procurement specifications for Voice Switch Headset and Handset (VSH) equipment used by Air Traffic Control Specialists. The document details requirements for headsets, handsets, wireless components, and jack module splitters, including functional layouts, interfaces with FAA voice communication systems, and major components. It specifies operational performance characteristics such as transmit and receive capabilities, noise cancellation, and acoustic protection. Physical requirements cover cables, Push-to-Talk (PTT) mechanisms, module types (in-the-ear, supra-aural, circum-aural), and material standards. The specification emphasizes safety, interchangeability, human factors, and logistics, ensuring the equipment's reliability and compatibility within air traffic control facilities. The document is a comprehensive guide for vendors supplying VSH equipment to the FAA.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    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 Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for commercial IT hardware and software, including personal computing devices, network infrastructure components, and related lifecycle management services. The contract, with a maximum cumulative ceiling of $4.1 billion over a 10-year term, is crucial for consolidating IT procurements across the FAA to enhance efficiency and reduce costs. Proposals are due via email by 1700 ET on January 16, 2026, and interested parties should direct inquiries to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Solicitation for Short Devices PN:U3001080-091
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting proposals for the supply of 300 Trans/Short Devices, specifically Part Number U3001080-01, from New Bedford Panoramex Corporation. The procurement requires contractors to provide all necessary labor, facilities, equipment, and materials for manufacturing, with delivery expected within 40 days after receipt of the order to the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This equipment is critical for FAA operations, and the contract will include various clauses related to payment, warranty, and supply chain security. Interested parties must submit their proposals to Haylee Garcia at haylee.p.garcia@faa.gov, ensuring they are registered in the System for Award Management (SAM) prior to award.
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    LTC for Headset-Microphone
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking procurement for headset-microphone systems, classified under the PSC code 5965. This opportunity is part of a justification notice, indicating a specific need for these communication devices, which are critical for military operations and personnel communication. Interested vendors can reach out to Tracy Roberts at TRACY.ROBERTS@DLA.MIL or call 614-692-2714 for further details regarding the procurement process. The timeline for this opportunity and any associated funding amounts have not been specified in the provided information.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Market Survey-Procurement of 4,000lbs SLOAC Narrow Aisle Side Swingmast Forklift
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to procure a 4,000 lbs Narrow Aisle Side Swingmast Forklift, specifically the SL40AC model with a 198-inch triple mast, from qualified vendors. The procurement requires that interested parties provide documentation proving their rights to use the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess these rights. This forklift is crucial for optimizing material handling in narrow aisles, enhancing warehouse productivity, and is only available from Landoll Corporation, which specializes in such equipment. Interested vendors must submit their responses, including a general capability statement and proof of registration in the System for Award Management (SAM), by January 5, 2026, to Nina Musser at nina.j.musser@faa.gov.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 14 Receiver Transmitters (NSN: 5821-01-687-1120, Part Number: 822-3615-001). This unrestricted Request for Proposal (RFP) aims to acquire new manufactured units that provide two-way voice communication for the B-2 aircraft, with a required delivery date of December 29, 2028. Interested contractors must adhere to ISO 9001-2015 quality standards, comply with the Buy American Act, and ensure Unique Item Identification (UID) for all items. Proposals are due by January 28, 2026, at 11:59 PM, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092.
    59--HEADSET-MICROPHONE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 82 headset microphones, identified by NSN 5965017225331. This solicitation is part of a Combined Synopsis/Solicitation and is specifically set aside for SBA Certified Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), emphasizing the government's commitment to supporting small businesses in the audio and video equipment manufacturing sector. The selected supplier will be responsible for delivering the microphones to DLA Distribution Puget Sound within 147 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.