6973GH-24-R-00153 - CBP CBTT ERT #2 - MARKET SURVEY
ID: 6973GH-24-R-00153Type: Sources Sought
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the procurement of two Electrical Resistivity Tomography (ERT) systems to support the U.S. Customs and Border Protection (CBP) in detecting cross-border tunnels and related illegal activities. The procurement includes the supply, delivery, and training associated with the ERT systems, which are critical for enhancing national border security measures. Interested vendors must ensure that all items meet specified requirements, including a minimum one-year warranty, and deliver the complete systems within 84 calendar days post-award. Proposals are due by 4:00 p.m. Central Time on October 11, 2024, and should be submitted electronically to Tamara Maxwell at Tamara.M.Maxwell@FAA.gov, with "6973GH-24-R-00153 - CBP CBTT ERT #2 - SIR" in the subject line.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is tasked with procuring two Electrical Resistivity Tomography (ERT) systems to support the U.S. Customs and Border Protection (CBP) in detecting cross-border tunnels and related illegal activities. This procurement is part of an interagency agreement aimed at enhancing national border security measures. The Statement of Work (SOW) details a comprehensive scope that includes the supply, delivery, and training associated with the ERT systems. Key deliverables encompass two ERT measurement controllers, necessary software licenses, and technical documentation, with an emphasis on quality assurance such as a minimum one-year warranty. The contractor is responsible for assembling and shipping the equipment, as well as providing a four-day on-site training for operators, which covers both practical field work and data analysis. Each package must be complete and functional upon delivery, scheduled within 60 calendar days post-award, while any damages or defects identified post-delivery must be rectified swiftly. The financial arrangement is structured as a Firm Fixed Price contract, emphasizing accountability for performance and adherence to governmental expectations. This initiative underscores the FAA's commitment to providing essential tools for effective border management and security operations.
    The document outlines a Request for Proposal (RFP) by the Federal Aviation Administration (FAA) to procure Electrical Resistivity Tomography System packages, essential for the U.S. Customs and Border Protection (CBP) in detecting cross-border tunnels. It details the requirements for equipment, including specific quantities, software licenses, and on-site training, along with a timeline for delivery and performance. The contractor is expected to deliver all specified materials within 84 days post-award, ensuring that all items meet outlined specifications with a warranty of at least 12 months. Proposals will be evaluated based on responsiveness, contractor responsibility, and pricing. The document emphasizes compliance with safety, environmental regulations, and adequate contractor training for personnel involved in the project. Key contacts are provided for coordination, and regulatory clauses detail procurement standards and procedures, ensuring adherence to federal guidelines throughout the process. This RFP serves to enhance U.S. border security capabilities through advanced geotechnical tools and technologies, reflecting the government's commitment to addressing emerging threats effectively.
    Lifecycle
    Similar Opportunities
    6973GH-25-RFI-00001 - Horse Corrals Tower Move - MARKET SURVEY
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the relocation of a Remote Video Surveillance System Upgrade (RVSS-U) tower at the Horse Corrals site near Fronton, Texas. The project involves dismantling and transporting the relocatable tower, re-installing fencing and grounding components, and ensuring operational integrity post-move, with an estimated budget between $30,000 and $45,000. This initiative is part of the FAA's commitment to enhancing surveillance infrastructure, which is crucial for public safety and operational efficiency. Interested vendors must submit their statements of interest by 4:00 p.m. Central Time on October 14, 2024, to Tamara Maxwell at tamara.m.maxwell@faa.gov, marking all documents as proprietary as necessary.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the installation of Instrument Landing Systems (ILS) as part of a Screening Information Request (SIR) for ILS Installation Demonstrations. The FAA aims to replace existing MK1D ILS systems with modern ILS-420 systems at general aviation airports located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This procurement is crucial for enhancing aviation infrastructure and ensuring safe navigation for aircraft, reflecting the FAA's commitment to improving air traffic management systems. Interested offerors must submit their proposals by October 11, 2024, and direct any inquiries to Richard J. Simons or Haben Woldemichael via their provided email addresses.
    Power Calibrators
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of eighty Radio Frequency (RF) Power Calibrators, which are critical for the Terminal Doppler Weather Radar (TDWR) system to enhance operational safety and efficiency within the National Airspace System. The selected contractor will be responsible for manufacturing these units in accordance with strict specifications provided by Raytheon, ensuring compliance with rigorous electrical, mechanical, and environmental standards, with deliveries scheduled in phases over a specified timeline. Interested parties must submit their proposals by October 14, 2024, at 2:00 PM Central Time, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov by October 7, 2024, to ensure timely responses.
    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 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    Ruggedized Pressure Scanners
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for ruggedized pressure scanners to replace existing systems at Arnold Air Force Base in Tennessee. The procurement aims to identify both small and large businesses capable of providing a commercial off-the-shelf (COTS) solution that meets specific technical requirements, including time-stamping capabilities and Ethernet communication with government systems. This initiative is crucial for upgrading the Air Force's ground test facilities to enhance operational efficiency and reliability. Interested vendors must submit their capabilities and relevant company information by 1:00 PM Central Time on October 16, 2024, to the primary contact, Haley Smith, at haley.smith.10@us.af.mil, with no funding allocated for preparation costs.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    National Airspace System (NAS) G/G Protocol Converter (GPC) Draft SIR, Part 1
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to issue a pre-solicitation Screening Information Request (SIR) for the Ground-to-Ground Protocol Converter (GPC) System as part of its Voice over IP Communication Enterprise (VoICE) initiative. This procurement aims to enhance aviation communication systems by converting analog signals to ED-137C compliant Voice over Internet Protocol (VoIP), thereby replacing outdated infrastructure at various FAA facilities. The FAA is seeking industry feedback on the draft SIR, with a deadline for comments set for October 15, 2024, at 3:00 PM EDT. Interested parties can direct their inquiries to Alessha Mason at alessha.m.mason@faa.gov or Michael Tekle at michael.e.tekle@faa.gov, and are encouraged to participate in the upcoming industry day and one-on-one sessions to discuss the project further.
    Terrain Measurement System
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aberdeen Test Center (ATC), is seeking information for the procurement of a Terrain Measurement System designed to evaluate off-road test courses for military vehicles. The objective is to identify suppliers capable of designing, fabricating, and supplying a system that accurately measures surface profiles and roughness, which is crucial for maintenance, simulation modeling, and historical analysis of test courses. Since 1992, the ATC has utilized various scanning technologies to maintain consistent course conditions, and the new system must be capable of operating on rugged terrain while mitigating interference from dust and debris. Interested parties must submit their responses electronically by October 31, 2024, to Michael Barry at michael.p.barry20.civ@army.mil, and all proprietary information will be protected by the government.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.