The RFP Database
New business relationships start here

Teleconference Bridge System Procurement


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

MARKET SURVEY CAPABILITY ASSESSMENT FOR THE
FEDERAL AVIATION ADMINISTRATION (FAA)
OFFICE OF SECURITY AND HAZARDOUS MATERIALS SAFETY (ASH)

TELECONFERENING BRIDGE SYSTEM PROCUREMENT

This is a market survey capability assessment for an ASH Teleconferencing Bridge System. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals.

Purpose:

This market survey announcement is issued in accordance with the FAA Acquisition Management System (AMS) Policy section 3.2.1.2.1 Market Analysis. The purpose of this market survey is to understand existing vendor capabilities in the market and gain an understanding of the current state of teleconferencing technologies meeting the requirements below. The market survey is open to all sources including large businesses and small businesses capable of providing a teleconferencing bridge system.

This market survey is issued solely for market research information and planning purposes and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this survey may be used to help the FAA further define its requirements and acquisition strategy. Responses to this notice are not offers and cannot be accepted by the FAA to form a binding contract. The FAA does not intend to make an award on the basis of this survey. Companies responding to this survey are advised their response does not ensure participation in future solicitations or contract awards. The FAA will not reimburse participants for any expenses associated with their participation in this survey. Responses to this survey that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the survey, should be clearly identified and it will be treated as such.

The FAA reserves the right to follow up on a one-on-one basis with survey respondents to gain additional information or clarity about information submitted.

Overview:

The FAA Washington Operations Center Complex (WOCC) is responsible for monitoring and reporting the events that occur within the National Airspace System (NAS). The WOCC serves as a central collection point for all pertinent information impacting FAAbs mission, the NAS, and national security and then disseminates this information to a myriad of customers both internal and external to the agency. One of the communication capabilities used on a daily basis is a digital teleconferencing bridge system. The current system does not meet mission requirements for stability, functionality, and clarity. The bridge routinely hosts teleconferences with over two hundred simultaneous participants on a single call and multiple other teleconference calls happening in parallel. During a crisis the number of participants on a single call can increase significantly. Additionally, special interest teleconference calls are live 24x7x365 and are being recorded throughout the duration of the call(s).

In Summary, the required Teleconferencing Bridge System must be able to maintain the 24-hour / 365-day teleconference, as well as deliver a dynamic and robust conferencing capability that facilitates the rapid flow of information between executive decision makers and operational offices within the FAA, the Department of Transportation (DOT), the Federal Government, the Military and Civilian sector.

General Requirements of the procured Teleconferencing Bridge System:

It is requested that potential vendors only respond if the minimum requirements outlined below can be met and/or exceeded:

b"    Two (2), Redundant, Analog Conference Bridges; one (1) at a primary locations and one (1) at an alternate back-up location.
b"    The Conference Bridge shall have a 600 port capacity on each Bridge, with the ability to tie each bridge together for a total 1200 ports.
b"    The ability to support a 24 hour, 7 day a week, 365 day a year, 300 plus participant conference call, that is never terminated.
b"    The ability to maintain a 99.9% reliability up-time rate
b"    The ability to support a minimum of 20 simultaneous preset conferences
b"    The ability to build conferences on the fly
b"    The ability for an operator to monitor and manage individual conference calls
b"    The ability to record non-stop 24 x 7 x 365 and play back recordings on demand
b"    The ability to record all conferences to individual files in configurable time increments ranging from 1 minute to 30 minutes.
b"    The ability to download recordings via a Graphical User Interface and save recordings in a .wav file format
b"    The ability to support interoperability with up to fifty analog and digital speaker ports directly connected to the bridge
b"    The ability to drag and drop to add participants to the bridge or preset conferences
b"    The ability to identify, isolate, and filter external noise being introduced to the bridge.
b"    The ability to mute any and all participants where noise introduction is an issue
b"    The ability to drop or disconnect participants from any conference
b"    The ability to isolate and conduct a private session with any participant of any conference
b"    The ability to support interoperability with Microsoft Active Directory in order to search for and add participants to a conference.
b"    The ability for operators to manipulate multiple phone lines/functions through a single user GUI running on Microsoft Windows Operating System.
b"    The ability to support transmission control via push to talk, hand switch and foot pedal
b"    The ability for operators to split participants from a conference (privacy mode)
b"    The ability for operators to announce participants prior to entrance of a participant to a conference
b"    The ability to display all participants in the conference including operators, speakers, and recorders
b"    The ability to sort all participants through different column values
b"    The ability for operators to make a call from the bridge without beginning a conference and then add caller into a conference
b"    The ability to edit caller attributes if caller ID is not available
b"    The ability to schedule and make reservation for conferences
b"    The ability to show monthly call statistics, call history and retain detail records or all calls
b"    The ability to show detail reporting functions by position, number of calls, caller ID
b"    The ability to forward calls and accept call forwarding
b"    The ability to inject a tone into any conference and configure the interval between tone beeps.
b"    The ability to independently control gain (volume leveling) per participant in any teleconference call.
b"    The ability for the operator to manually adjust the gain and control volume levels for each individual participant.
b"    The ability to set thresholds and the system automatically increase or decrease the volume based on these thresholds.

Determination:

Respondents must provide their strategy for accomplishing this work. The FAA requests the following information from interested vendors:

1.    Capability Statement
a)    An explanation of the vendor ability on how they will meet the requirements stated above
b)    A description of like installations of the size and type described above
c)    The number of years in Teleconferencing Systems business

2.    Technical approach
a)    An explanation of the technical capabilities and how the vendor proposes to meet the requirement described above either by product development or COTS products.
b)    A lists of specific hardware and software to be used in order to meet the requirements
c)    Proposed method of installation, configuration, training, technical support, and extended warranty.


All responses to this market survey must be less than 15 pages and received by June 15, 2017. All submittals should be submitted via email to:

Federal Aviation Administration
ATTN: Elisa Brown, FAA Contracting Officer
800 Independence Avenue, SW
Washington, DC 20591
Elisa.Brown@faa.gov
(202) 267-3610
                                        
                                        If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/27397 to view the original announcement.

Elisa Brown, elisa.brown@faa.gov, Phone: 202-267-3610

Click here to email Elisa Brown

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP