6973GH-25-RFI-00006 - VECTOR PTU DEPOT LEVEL REPAIRS & SERVICES - MARKET SURVEY
ID: 6973GH-25-RFI-00006Type: Sources Sought
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 10:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors capable of providing depot-level repairs and services for the Vector-100 Precision Pan-Tilt Unit (PTU) assembly, which is integral to the United States Customs and Border Protection’s surveillance suite. The objective is to gather industry feedback on the availability of commercial support for these repairs, which are crucial for enhancing border security operations. Interested firms are required to submit a capability statement detailing their experience, approach, and relevant contract history by 4:00 p.m. Central Time on January 22, 2025, to Tamara Maxwell at tamara.m.maxwell@faa.gov. This market survey is not a request for proposals, and the FAA will not compensate for any information submitted.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
MARKET SURVEY: REMOVE SURFACE CORROSION AND APPLY PROTECTIVE COATING TO THE FOUR ENGINE GENERATOR EXHAUST MUFFLERS AND EXTERIOR PIPING OF THE POWER SERVICES BUILDING (PSB) AT THE FORT WORTH AIR ROUTE TRAFFIC CONTROL CENTER (ZFW ARTCC) IN FORT WORTH, TX.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified sources for a project involving the removal of surface corrosion and the application of protective coatings to four engine generator exhaust mufflers and exterior piping at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC) in Texas. The contractor will be responsible for refurbishing the mufflers while ensuring that safety protocols are strictly followed to avoid disruptions to air traffic operations, with oversight from FAA personnel during the project. This initiative is crucial for maintaining operational efficiency and compliance with safety regulations, reflecting the FAA's commitment to preserving infrastructure integrity. Interested vendors are encouraged to submit their statements of interest and capability by 4:00 p.m. Central Time on April 17, 2025, with an estimated project budget between $20,000 and $45,000. For inquiries, contact Stephen Branch at stephen.n.branch@faa.gov.
MARKET SURVEY/CAPABILITY ASSESSMENT for Hack The Box Software Licenses for the Federal Aviation Administration
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify sources capable of providing Hack The Box software licenses. This procurement aims to gather statements of interest and capabilities from various businesses, including small and 8(a) certified firms, to assess potential competition and determine the best acquisition strategy. The licenses are essential for enhancing training and cybersecurity capabilities within the FAA. Interested vendors must submit a capability statement and a rough order of magnitude estimate by 5:00 PM CDT on April 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, with "MARKET SURVEY RESPONSE: Hack The Box" in the subject line. All submissions should be marked as proprietary, and the FAA will not accept unsolicited proposals or cover any costs incurred in preparing responses.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
COTS Tactical Air Navigation (TACAN) Antenna System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for Commercial Off The Shelf (COTS) Tactical Air Navigation (TACAN) Antenna Systems. The FAA aims to replace obsolete antennas to ensure interoperability with existing TACAN ground transponder equipment, requiring electronically scanned antennas that can operate across the entire TACAN frequency band without modification. This procurement is critical for maintaining the functionality of the National Airspace System (NAS) and involves installation support across approximately 30-35 sites within 90 days of contract award. Interested vendors should submit their capability statements electronically by April 21, 2025, and can direct inquiries to Michael Jones at Michael.E.Jones01@faa.gov or Richard J. Simons at richard.j.simons@faa.gov.
Repair of TCAS-1 Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking sources for a firm-fixed price repair contract for the TCAS-1 Processor, with a base period of twelve months and up to four additional option periods. The procurement aims to identify qualified contractors capable of repairing the TCAS-1 Processor, part number 805-11900-001, in compliance with FAA or EASA Part 145 certifications, and who have access to necessary maintenance manuals and specifications. Interested parties must respond by April 25, 2025, at 4:00 PM EST, providing their qualifications and capabilities to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil or Luis Mojica at luis.mojica@uscg.mil, referencing notice number 70Z03825IB0000006.
Market Survey for TECHNICAL TRAINING COURSES FOR FLIGHT INSPECTION PILOTS AND TECHNICIANS
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for providing Technical Training Courses for Flight Inspection Pilots and Technicians. The training will encompass three specific courses: Human Factors Evaluations, Operational Test and Evaluation (OT&E), and Technical Pilot Production/Acceptance/Maintenance Flight Test, with a focus on ensuring high-quality, standardized training that adheres to FAA regulations and emphasizes operator competency. Interested vendors are required to submit a capability statement detailing their training offerings, experience, and approach by 2 p.m. CST on April 18, 2025, to Joe Oglesby at joe.oglesby@faa.gov. This opportunity is not a request for proposals, and the FAA will not cover any costs incurred in preparing responses.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.
HAAS ST-40L Large Frame Lathe
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to provide a HAAS ST-40L Large Frame Lathe, with options for additional features, as part of its procurement process. The FAA requires documentation from interested parties to demonstrate their capability as certified distributors of HAAS CNC Machine Tools, along with details of their past performance and the types of services they offer. This equipment is critical for the FAA's operational needs, and the procurement aims to assess competition for potential set-asides for small businesses, including those owned by socially and economically disadvantaged individuals. Interested vendors must submit their capability statements by April 23, 2025, at 2:00 PM CT to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, clearly marked as “6973GH-25-MS-02321 HAAS Market Survey response.”
Repair of MKV EGPWS Military Transport / Alarm Control
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential vendors regarding the repair of the MKV EGPWS Military Transport / Alarm Control system. This Sources Sought Notice aims to gather market information to assist in determining possible sources for a firm-fixed price repair purchase order for the specified component, identified by part number 965-0779-001 and National Stock Number 6340-01-561-1670. The MKV EGPWS is critical for aviation safety and operational efficiency within the Coast Guard's long-range surveillance capabilities. Interested parties are encouraged to submit their responses, including a capabilities statement and relevant business information, by April 21, 2025, at 2:00 PM EST, via email to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, referencing notice number 70Z03825IH0000008 in the subject line.