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
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    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.
    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.
    Radar Data Distribution System (RDDS)
    Dept Of Defense
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Safety-Integrated Risk Information System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for advisory and assistance services related to the Safety-Integrated Risk Information System (S-IRIS) to enhance aviation safety through the Military Flight Operations Quality Assurance (MFOQA) program. The primary objective is to sustain, develop, and expand the MFOQA program, which involves analyzing flight data to identify potential mishaps and develop mitigation strategies, while also maintaining compliance with cybersecurity and documentation standards. This effort is crucial for proactive aviation safety and will involve collaboration with various Air Force commands, government agencies, and international partners. Interested contractors must submit their responses, including company information and capabilities, by December 23, 2026, at 1600 MDT, and can contact My Cole Robinson or Winter Silva for further inquiries.
    Brake Temperature Monitoring System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Repair Various Radar Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.