Market Survey LED Precision Approach Path Indicator (PAPI)
Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION693KA8 SYSTEM OPERATIONS CONTRACTSWASHINGTON, DC, 20591, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify a vendor for the manufacture and engineering support of a Light Emitting Diode (LED) Precision Approach Path Indicator (PAPI) System. Respondents must demonstrate prior FAA testing and approval for their proposed systems in accordance with Specification FAA-E-3007, which outlines stringent performance requirements aimed at enhancing pilot approach path guidance and improving operational reliability. This procurement is critical for upgrading airport navigational aids to ensure aviation safety and efficiency, with the anticipated performance period set for two years. Interested vendors must submit their Business Declaration Form and a Verification Requirement Traceability Matrix by 5:00 pm on August 15, 2025, to the designated Contracting Officer, Dwayne Berry, at dwayne.berry@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a business declaration template required for compliance with federal RFPs, grants, and contracts. It captures essential details about the firm, including its name, tax identification number, address, and DUNS number, representing the company’s business identity. The template requests the contact information of the declarant and details about the firm's ownership and controlling interests, particularly focusing on minority and gender classifications. It inquires about the firm's management structure, nature of business, years in operation, and employee count. Additionally, it seeks financial data, such as gross receipts over the past three years, and classifies the business as small or socially and economically disadvantaged. A signature section confirms the accuracy of the submitted information under penalty of perjury. Overall, the document serves as a comprehensive tool for evaluating a business’s eligibility and compliance with government contracting standards.
    The document outlines the performance specifications for the Four Box Light Emitting Diode Precision Approach Path Indicator (PAPI), designated FAA-E-3007B. It serves to establish requirements for enhancing pilot approach path guidance by transitioning from incandescent bulbs to LED technology, improving reliability and reducing operational costs. The specification includes details on the assembly, including four Lamp Housing Assemblies (LHAs), a Power and Control Assembly (PCA), and components like an aiming instrument set. Key sections cover the requirements for light intensity, color, aiming tolerance, assembly components, electrical safety, materials, and environmental resilience. The document emphasizes stringent standards for performance verification through various testing methods addressing factors such as vibration, temperature, and electromagnetic interference. The purpose of this document falls within the context of government RFPs and grants, focusing on the standardization and upgrade of airport navigational aids to improve aviation safety and efficiency. It encapsulates the broad regulatory framework essential for maintaining operational standards in public safety measures within the aviation sector.
    The Federal Aviation Administration (FAA) is conducting a market survey to identify a vendor for the production and engineering support of a Light Emitting Diode (LED) Precision Approach Path Indicator (PAPI) System. Respondents must demonstrate prior FAA testing and approval for their proposed systems adhering to Specification FAA-E-3007. The anticipated performance period is two years, with current incumbent New Bedford Panoramex (NBP) Corporation. The FAA has not yet determined its acquisition strategy and may employ either unrestricted competition or a set-aside based on the survey responses. Interested vendors must complete a Business Declaration Form and include a Verification Requirement Traceability Matrix (VRTM) detailing their compliance with the specifications. Submissions are due by 5:00 pm on August 15, 2025, via email to the designated Contracting Officer. The document further specifies that this is neither a request for proposals nor a solicitation for unsolicited proposals. The NAICS code for this procurement is 334519, but alternative codes may be suggested by respondents. The market survey emphasizes the importance of vendor qualifications while ensuring a transparent procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Buyer not available
    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.
    Panel Control Elect
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of "PANEL, CONTROL, ELECT" (NSN: 1680-01-652-9454 KT), which is an Anti Collision/Rendezvous Lighting and Landing Panel. The solicitation includes options for both new manufacture material and new/unused commercial surplus, with an estimated quantity of 7 units, ranging from 1 to 11. This equipment is critical for aviation safety and operational efficiency, requiring compliance with FAA certification, the Buy American Act, and IUID marking. Proposals are due by December 15, 2025, at 3:00 PM, and interested parties should contact Genevee Suba at genevee.suba@us.af.mil for further information.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    Light Navigational
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a long-term contract for Light Navigational equipment, specifically NSN 6220-01-071-9273. The procurement involves a base period of three years, with an estimated annual demand of 129 units and a guaranteed minimum quantity of 65 units for the base period. These light navigational components are critical for various military applications, ensuring operational readiness and safety. Interested vendors can access the solicitation, which will be available on or around November 7, 2025, via DLA DIBBS, and are encouraged to familiarize themselves with the Reverse Auction process through the Procurex system. For further inquiries, contact Cassandra Cooper at CASSANDRA.COOPER@DLA.MIL.
    LIGHT,LANDING,AIRCR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of landing lights for the P8 Aircraft system. This procurement aims to ensure the operational readiness of critical aircraft components, emphasizing the need for repairs to be conducted by Original Equipment Manufacturers (OEM) or FAA-certified suppliers. Interested contractors must submit firm fixed price quotations by the specified deadline, with a focus on Repair Turnaround Time (RTAT), capacity, price, and past performance as evaluation criteria. For further inquiries, potential bidders can contact Casey Russ at 215-697-3473 or via email at casey.a.russ.civ@us.navy.mil.
    62--LIGHT,NAVIGATIONAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 26 units of LIGHT, NAVIGATIONAL (NSN 6220008751439). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of two. These lighting fixtures are crucial for navigational purposes and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    PANEL,FLIGHT CONTRO
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of flight control panels. The contract requires compliance with higher-level quality standards, specifically ISO 9000 or equivalent, and emphasizes the importance of sourcing from government-approved suppliers, as offers from unapproved sources will be deemed technically unacceptable. These flight control panels are critical components for aeronautical systems, underscoring their significance in ensuring operational safety and effectiveness. Interested vendors should submit their proposals electronically to Joniayah McKinney at JONIYAH.MCKINNEY@DLA.MIL, with a delivery timeline of 612 days from the date of order, and are advised to review the solicitation for additional requirements and clauses.
    62--LIGHT,NAVIGATIONAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 12 units of navigational lights (NSN 6220015009927). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The navigational lights are crucial for various military operations, ensuring safety and visibility in diverse environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    66--NAVIGATIONZLGHTZWHI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of navigation lights, designated as "NAVIGATION LIGHT WHITE," which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection protocols due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. Interested vendors must comply with various specifications and quality standards, including ISO-9001, and are required to submit certification data prior to delivery, with a final delivery timeline set for 210 days after acceptance of certification data. The deadline for submitting offers has been extended to 4:30 PM EST on March 16, 2026, and interested parties can contact Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL for further information.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.