VOICE SWITCH HEADSETS (VSHS) AND ACCESSORIES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Aviation Administration (FAA) is conducting a Sources Sought market survey for Voice Switch Headsets (VSH) and accessories. This requirement is for Air Traffic Control Specialists (ATCS) to ensure safety-critical, high-quality voice communication. The FAA anticipates establishing a contract with a potential duration of five (5) years (one base year + four 1-year options). Responses are due March 07, 2026.
Scope of Work
The VSH equipment will interface with current and future FAA voice communication systems (VCS) and backup systems, providing intelligible air-to-ground and ground-to-ground voice communication. The requirement includes Commercial Off-The-Shelf (COTS) VSH products and related support. The contract may include engineering, technical, and logistics support with fixed hourly rates under a Time-and-Materials pricing arrangement.
The Statement of Work (SOW) defines contractor functions including providing systems per specification FAA-P-3015A, delivering services demonstrating VSH functionality, engineering and manufacturing for deployment within the National Airspace System (NAS), and providing program management, engineering, and logistics services. Key areas include Configuration Management, Quality Management, Reliability/Maintainability/Availability, Systems Engineering, Human Factors Design, Test and Evaluation, Logistics (repair/refurbishment, 2-year commercial warranty), and Technical Data Package delivery.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Anticipated Contract Type: Ordering capability for VSH equipment and support
- Potential Duration: 5 years (1 base + 4 option years)
- NAICS Code: 334210 - Telephone Apparatus Manufacturing (Size Standard: 1,000 employees)
- Response Due: March 07, 2026, by 4:00 p.m. CST
- Published: February 24, 2026
- Set-Aside: None specified
Submission Requirements
Vendors must provide a Capability Statement addressing:
- Type of products/services, including specification sheets and brochures.
- Description of at least three (3) previous similar contracts (program title, customer, dates, value, POC, work performed).
- Demonstrated experience/capability for specific requirements in the attached Draft Specification (FAA-P-3015A), particularly Operational Performance, Transmit/Receive Characteristics, Wireless Components, and Headset Upper Module.
- Demonstrated experience/capability for requirements in the attached Draft SOW, focusing on Test and Evaluation (C.4.) and Engineering Support (C.5.2.1.1.).
- Experience/capability in product Configuration Management processes.
- Any alternate or innovative means/technologies for seamless interface with FAA VCS equipment.
Evaluation
Responses will enable the FAA to make a screening decision to determine qualified firms. A technical evaluation will be conducted to determine the company providing the Best Value to the FAA.
Additional Notes
This market survey is for planning purposes only and is not a request for proposal. No entitlement to payment will arise from response submission. Responses should be emailed to Jason Perry (jason.m.perry@faa.gov).