RUNWAY INCURSION DEVICE (RID)
ID: 6973GH-24-R-RIDSType: Sources Sought
Overview

Buyer

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

    Sources Sought Transportation, Department of Runway Incursion Device (RID): The Federal Aviation Administration (FAA) is conducting a market survey for commercial technical support for the installation of Runway Incursion Device (RID) equipment and site preparation. The RID is a device used to prevent runway incursions, which are incidents where an unauthorized aircraft, vehicle, or person enters a runway, potentially causing a collision with an aircraft. The FAA is seeking feedback and comments from industry to determine viable options for addressing this requirement. Interested vendors are required to submit a capability statement, including their history of providing RID equipment and installation, relevant previous contracts and awards, number of years in business, expected programmatic approach, and a rough order of magnitude (ROM) or budgetary estimate for the items described in the draft requirements document. Responses must be submitted by January 31, 2024, to Jason Perry at jason.m.perry@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    ARSR-2 Pedestal Main Bearing
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide four (4) ARSR-2 Pedestal Main Bearings, IFS P/N 100028189, as part of a market survey to assess capabilities and interest in fulfilling this procurement requirement. The FAA aims to gather information to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. The bearings are critical components for FAA operations, and the procurement process will consider responses to the market survey, which must be submitted by March 25th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Interested vendors are required to provide a capability statement, proof of entity registration in SAM, and any applicable certifications.
    Sources Sought for Satellite Telecommunications Multiplexers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify sources capable of providing commercial off-the-shelf (COTS) Satellite Telecommunications Multiplexers. The FAA is seeking statements of interest and capabilities from businesses that can supply various components, including the MEMOTEC SDM9140E Satellite Router and associated interface cards and cables, which are critical for enhancing satellite communication systems. This procurement aims to assess the competitive landscape and determine whether a set-aside for small businesses or other eligible firms is feasible. Interested vendors must submit their responses by 5:00 p.m. CST on March 25, 2025, via email to Olivia Hill at Olivia.A.Hill@faa.gov.
    RFI - Instrument Landing System / Distance Measuring Equipment (ILS/DME), Kucova AB, Albania
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking market insights for the procurement of an Instrument Landing System/Distance Measuring Equipment (ILS/DME) for the Albanian Air Force (AAF) at Kucova Air Base. This Request for Information (RFI) aims to identify potential contractors who can provide installation, logistics support, and necessary communications equipment, while the AAF will supply the site infrastructure. The procurement is part of a broader initiative to enhance the operational capabilities of the AAF, with responses due by March 31, 2025, requiring interested parties to demonstrate relevant experience and provide a rough order of magnitude (ROM) for project costs and timelines. For inquiries, interested vendors may contact LaLinda Harrison or Richard Cincotta via their provided email addresses.
    ANNUAL GANTRY CRANE INSPECTION
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors for the Annual Gantry Crane Inspection services as part of its Mobile Surveillance Capability programs. The procurement aims to ensure compliance with Occupational Safety and Health Administration (OSHA) requirements through the inspection, load testing, and certification of Gantry Cranes, which are critical for operational safety in surveillance activities along the U.S. borders. The contract will span five years, starting from August 2025, with inspections conducted at designated locations and the delivery of site reports to the FAA's Logistics Management Specialist. Interested parties must submit their capability statements and responses to the market survey by April 2, 2025, to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary where necessary.
    PVD ATCT Gate and Component Relocation - "IIJA" (Infrastructure Investment and Jobs Act)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island. The project involves relocating an existing 20-foot vehicle security gate, installing a new 18-foot ingress gate, and enhancing associated fencing and access controls to improve security at the Air Traffic Control Tower. This procurement is critical for maintaining secure and efficient air traffic operations, with a contract value anticipated between $100,000 and $250,000. Interested contractors must submit their proposals by March 28, 2025, and are encouraged to attend a mandatory site visit scheduled for February 19, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet RFI2
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking potential contractors for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 systems for the C-130J fleet. The primary objectives include the production of up to twelve Group A modification kits annually and the installation of these kits alongside Group B kits provided by the government, with operations anticipated to commence in 2029. This initiative is critical for enhancing the capabilities of the C-130J weapon system, ensuring it is equipped with advanced missile warning and countermeasure technologies. Interested businesses, particularly those qualifying as small or disadvantaged enterprises, must submit their responses to the Request for Information (RFI) electronically by May 1, 2025, adhering to specified formatting guidelines, and can contact Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil for further inquiries.
    Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
    MSSR Dual Channel Parrot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to gather information for the acquisition of Monopulse Secondary Surveillance Radar (MSSR) Dual Channel Parrots. The procurement aims to acquire 16 dual channel parrots to support air traffic control operations through 2035, with contractors responsible for manufacturing these units in compliance with FAA standards. The MSSR radars are critical for providing essential radar data for air traffic management, ensuring the safety and efficiency of air travel. Interested vendors must submit their responses, including capability statements and rough order of magnitude estimates, by 4:00 p.m. Central Time on April 2, 2025, to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary as necessary.
    Market Survey: The Federal Aviation Administration (FAA) has an upcoming requirement for crane support services with operator at the TIW ATCT Tower in Gig Harbor, WA 98335.
    Buyer not available
    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for crane support services with an operator at the TIW Airport Traffic Control Tower in Gig Harbor, Washington. The requirement involves providing a mobile crane capable of lifting up to 4,000 pounds to facilitate the replacement of a cab glass window, with operations scheduled over two consecutive days, including a contingency day. This procurement is critical for ensuring operational safety and efficiency at the airport, adhering to federal protocols for specialized services. Interested vendors must submit their capability statements by March 25, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov, including the Market Survey Identifier 6973GH-25-TIW in the email subject line.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.