Air Route Surveillance Radar 4
ID: 6973GH-25-MS-00536Type: Sources Sought
Overview

Buyer

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

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TRAINING FACILITIES (Z1BB)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking small businesses to provide upgraded fall protection systems for the Air Route Surveillance Radar-4 (ARSR-4) due to non-compliance with Environmental Occupational Safety and Health (EOSH) standards. The procurement involves manufacturing new fall protection kits, which include components such as aluminum ladders, safety items, and platforms with guardrails, to replace outdated systems on 17 ARSR-4 radars. This initiative is critical for enhancing workplace safety and ensuring compliance with federal regulations. Interested vendors must submit a capability statement and proof of registration in the System for Award Management (SAM) by February 14, 2025, at 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an official communication indicating repeated electronic signings by Rohan Sybron, a registered professional engineer in Florida, on April 4, 2024, using a SHA-1 authentication code. It emphasizes that printed copies of the document are not valid unless the SHA-1 code is verified on electronic versions, and it includes certification details such as the Florida Certificate of Authorization Number (COA #30411). The document primarily serves as a formal declaration of the authenticity and integrity of the electronic signatures. It highlights the importance of verifying electronic documentation in government processes, particularly in the context of federal and state grant applications and requests for proposals (RFPs). This reinforces the necessity for digital authentication in the management of government files to ensure transparency, accountability, and regulatory compliance.
    The document outlines the final material weight estimate for a project titled ARSR4, dated September 16, 2024. It calculates a total material weight of 733.9 pounds, consisting of various components such as guardrails, ladders, and platform materials. The detailed breakdown includes part numbers, descriptions, materials used, unit weights, quantities, and total weights for each item. Key components include platform guardrails, industrial safety gates, and ladder components, with specifications on both aluminum and stainless steel materials. Additionally, there are notes on specific weights for various structural connections and brackets. The document serves as a crucial resource for project managers and contractors, providing essential information for accurate bids and compliance with regulatory standards in federal and state RFPs. It emphasizes the importance of precise material specifications to facilitate procurement processes and ensure safety and structural integrity in construction. This meticulous weight estimate assists in budget planning and project logistics, highlighting the government’s commitment to transparency and accountability in public infrastructure projects.
    The FAA AJW-L500 Product Services Group is initiating a contract to upgrade fall protection systems for Long Range Radars (LRR) due to non-compliance with Environmental Occupational Safety and Health (EOSH) standards. The project entails manufacturing new fall protection kits for 17 ARSR-4 radars, replacing outdated ladders and safety systems. Key components include aluminum ladders, MSA safety items, platforms with guardrails, anchor points, and proper shipping procedures to the Mike Monroney Aeronautical Center. The vendor is responsible for adhering to design standards and ensuring the safe transport of all manufactured parts, which must be properly packaged and adequately protected during shipment. A one-year warranty is required for all delivered parts, ensuring they meet contract specifications. This SOW aligns with the government’s focus on enhancing workplace safety and compliance through necessary equipment upgrades.
    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)
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals 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 airports across the United States. The objective of this procurement is to enhance airport surface surveillance capabilities, ensuring improved safety and efficiency in air traffic management by providing advanced radar systems that can detect aircraft and vehicles in the airport movement area. This initiative is critical for maintaining operational safety and preventing runway incursions, reflecting the FAA's commitment to modernizing aviation technology. Interested contractors must submit their proposals by January 24, 2025, with the contract period extending from December 17, 2025, to December 16, 2039. For inquiries, potential bidders can contact Aleksandra Skoric at Aleksandra.Skoric@faa.gov or Patrick Weare at Patrick.Weare@faa.gov.
    ASR9 RADOME Kit Procurement
    Buyer not available
    The Federal Aviation Administration (FAA) intends to award a single source contract for the procurement of three Composite Sandwich Radomes – UTTS (P/N: S32-83) from Communications and Power Industries (CPI), Radant Technologies Division Inc. This procurement is based on CPI's proprietary data, which necessitates a single-source award as it is deemed to be in the best interest of the FAA. The radomes are critical components used in aviation systems, ensuring reliable communication and radar functionality. Interested parties may direct inquiries to the Contracting Officer, Samantha Pearce, at samantha.a.pearce@faa.gov or by phone at (405) 954-7739, with all questions due by 1700 hrs on February 7, 2025.
    MSA PARTS
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking vendors to provide components for the MSA Dyna glide system, specifically part numbers 506388 (100 units), 506389 (20 units), 503698 (40 units), 506400 (15 units), 506391 (300 units), and 503690 (100 units). This market survey aims to gather statements of interest and capabilities from potential suppliers to inform the FAA's procurement strategy, 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. Interested vendors must submit a general capability statement, specific capability statement if applicable, proof of registration in the System for Award Management (SAM), and any relevant certification letters by February 10, 2025, at 2:00 PM CT. For inquiries, vendors should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    Pulse Network Forming
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide ten (10) Network Pulse Forming units, part number 93398, as part of a market survey to assess capabilities and interest. The Espey Pulse Forming Network is the only approved version for use in the ASR-9 system, and due to proprietary rights, the FAA cannot disclose the designs. Interested vendors, particularly service-disabled veteran-owned small businesses and those eligible for the SBA’s 8(a) Program, are invited to submit a General Capability Statement along with proof of registration in the System for Award Management (SAM) by February 5th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Responses will inform the FAA's procurement strategy, which may include full-and-open competition or set-asides for small businesses.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking 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 responsibilities for labor, materials, and technical expertise to restore the couplers to a serviceable condition. 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 only by March 31, 2025, at 2:00 PM Central Time, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Connie Houpt at connie.m.houpt@faa.gov.
    J042--Roof Top Fall Protection
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking qualified contractors to provide critical rooftop fall protection at the Louis Stokes Cleveland VA Medical Center. The procurement aims to ensure safety for personnel working at heights exceeding 4 to 6 feet, requiring the installation of free-standing handrails in compliance with OSHA regulations. This initiative is particularly significant as it supports the VA's commitment to safety and the inclusion of Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in government contracting. Interested contractors must submit their quotes via email by July 3, 2024, at 3 PM EST, and are encouraged to contact Contract Specialist Roman Savino at roman.savino@va.gov for further inquiries. The project is governed by FAR 13 Simplified Acquisition Procedures, with an estimated budget of $19 million.
    VSBP-3 Production/Sustainment
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify vendors capable of providing production and sustainment services for the Voice Switch By-Pass (VSBP-3) system. This system is critical for ensuring that air traffic controllers maintain communication with pilots during primary voice switch failures, thereby enhancing operational resilience in air traffic management. The FAA anticipates the procurement of up to fifty new VSBP systems, along with logistics support, program management, and configuration management services, over a potential ten-year contract period. Interested vendors should submit their capability statements to Elizabeth H. Williams at elizabeth.h.williams@faa.gov, as this is a Total Small Business Set-Aside opportunity under NAICS code 541330, with no costs reimbursed for responses.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the HVAC, Roofing, Fascia, and Fencing Refurbishment Project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project requires contractors to provide all necessary labor, materials, tools, and supervision to refurbish critical infrastructure, ensuring operational readiness and compliance with federal safety standards. This refurbishment is vital for maintaining the integrity of air traffic communications, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals by February 25, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.