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
    Surface Movement Radar, Model 4 , Replacement for Airport Surface Detection Equipment Model 3 Surface Movement Radar (ASDE-3 SMR)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors for the procurement of the Surface Movement Radar, Model 4 (SMR4), intended to replace the aging Airport Surface Detection Equipment Model 3 (ASDE-3) systems at various U.S. airports. The SMR4 system aims to enhance runway safety and operational efficiency by providing advanced non-cooperative surveillance capabilities for aircraft and vehicles in airport movement areas, integrating seamlessly with existing FAA surface surveillance systems. This procurement is critical for improving air traffic management and ensuring compliance with federal aviation safety standards. Interested vendors should direct inquiries to Aleksandra Skoric or Patrick Weare via email, with the anticipated release of the final Screening Information Request (SIR) scheduled for October 31, 2024.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft fleet. The procurement involves an indefinite delivery/indefinite quantity (ID/IQ) contract that encompasses scheduled and unscheduled maintenance, technical support, and AOG (Aircraft on Ground) services, ensuring the aircraft remain airworthy and mission-capable. This initiative is critical for maintaining operational readiness and compliance with FAA regulations, reflecting the importance of reliable aviation support services. Proposals are due by November 1, 2024, at 3:00 PM CT, and interested contractors should direct inquiries to Contracting Officer Stephanie Riddle at stephanie.r.riddle@faa.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which encompasses both scheduled and unscheduled maintenance services for its fleet. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a performance period spanning one base year and four optional one-year extensions, emphasizing the importance of maintaining operational readiness and compliance with FAA regulations. Interested contractors must submit their proposals electronically by 3:00 PM CT on October 16, 2024, with a total estimated contract value of approximately $49.8 million over five years. For further inquiries, potential bidders should contact Stephanie Riddle at stephanie.r.riddle@faa.gov.
    Screening Equipment Deployment Services (SEDS) - Checkpoint (CP)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking industry input for Screening Equipment Deployment Services (SEDS) related to checkpoint security technology at U.S. federalized airports and other designated locations. The TSA aims to gather capabilities and innovative strategies for the installation, deployment, and planning of security equipment, with a current contract ceiling of $470.7 million over five years, as the existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract approaches its conclusion. This initiative is critical for enhancing transportation security infrastructure and ensuring compliance with operational standards. Interested vendors must submit their responses, including capability statements and white papers, by November 7, 2024, to the designated TSA contacts, Lindsay Alexander and Heather Karle, via their provided email addresses.
    Screening Equipment Deployment Services (SEDS) Checked Baggage (CB)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking industry input through a Sources Sought/Request for Information (RFI) for Screening Equipment Deployment Services (SEDS) related to Checked Baggage (CB) at U.S. federalized airports and other designated locations. The TSA aims to gather insights on capabilities and innovative strategies for the installation, deployment, and planning of security technology equipment, which is critical for enhancing airport security and compliance with evolving transportation safety standards. This initiative is part of a broader effort to improve the Checked Baggage Inspection System (CBIS) and ensure efficient baggage screening operations across various sites, with a focus on operational readiness and safety. Interested parties are encouraged to submit their responses by November 7, 2024, to the designated contacts, Lindsay Alexander and Heather Karle, via email, as the information gathered will inform future procurement strategies.
    SOLICITATION: DESIGN AND FIRST ARTICLES -- ASR-9 RADAR MULTIVOLTAGE POWER SUPPLY (MVPS) REPAIR KITS.
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design and production of Multi-Voltage Power Supply (MVPS) repair kits for the ASR-9 Radar System. The procurement aims to acquire first articles for various modules (A, C, D, and D1) to replace outdated components, ensuring continued operational performance of critical radar systems used in air traffic control. This initiative is vital for maintaining the functionality and reliability of radar sites, with the contractor required to deliver prototypes within 200 days of contract award. Interested offerors must submit their proposals by November 21, 2024, and can direct inquiries to Josh Huckeby at joshua.d.huckeby@faa.gov.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of critical power systems across various National Airspace System (NAS) facilities throughout the United States. The procurement involves project management, design services, and installation work for power systems and ancillary equipment, with a focus on ensuring reliable power distribution to support FAA operations. This initiative is vital for maintaining the operational integrity and safety of air traffic control and other FAA functions, reflecting the importance of robust electrical infrastructure in aviation. Interested contractors must submit their Phase 1 proposals by October 30, 2024, at 6:00 PM CST, and are encouraged to direct inquiries to Stefanie Wiles or Amanda J. Garen via their provided email addresses. The anticipated contract will be structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $1.3 billion.
    Market Survey: FAA, William J. Hughes for Advanced Aerospace Grounds Maintenance and Snow Removal Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify vendors for advanced grounds maintenance and snow removal services at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement involves the upkeep of approximately 5,000 acres, including roads, sidewalks, aircraft ramps, and parking areas, with an anticipated contract duration of five years. This initiative is critical for maintaining operational continuity during inclement weather, and the FAA encourages submissions from socially and economically disadvantaged businesses. Interested vendors must submit their Capability Statements by October 31, 2024, detailing their relevant experience and operational readiness, with all inquiries directed to Kenneth Hitchens at ken.hitchens@faa.gov or by phone at 609-485-6125.
    Runway Independent Mobility / Next Generation Intra-theater Airlift (NGIA) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking innovative ideas and technologies for the Runway Independent Mobility / Next Generation Intra-theater Airlift (NGIA) platform. The objective is to enhance airlift capabilities in contested environments, focusing on aircraft that can perform short to very short takeoff and landing operations to support Agile Combat Employment (ACE) and various secondary missions, including joint support and rapid force projection. This RFI aims to gather information to shape future investments in advanced airlift capabilities, with responses due by November 1, 2024, and a Stakeholders' Forum anticipated in mid-November for further discussions. Interested parties can contact Peter Seiley at peter.seiley@us.af.mil for additional information.