Runway Status Lights (RWSL) Field Lighting System (FLS) Replacement Components Procurement (RCP)

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159591988434592
Posted Date: Feb 27, 2024
Due Date: Apr 23, 2024
Source: Members Only
Follow
Runway Status Lights (RWSL) Field Lighting System (FLS) Replacement Components Procurement (RCP)
Active
Contract Opportunity
Notice ID
693KA7-24-R-00006
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA7 ENROUTE & TERMINAL CONTRACTS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 27, 2024 11:05 am EST
  • Original Date Offers Due: Apr 23, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
  • NAICS Code:
    • 335139 - Electric Lamp Bulb and Other Lighting Equipment Manufacturing
  • Place of Performance:
    Washington , DC
    USA
Description

This Screening Information Request (SIR) is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.2.3 – Complex Source Selection.



This is an unrestricted competition. Interested parties are invited to respond to this SIR. All interested parties are advised that the FAA will not pay for any information, or any administrative costs incurred that are associated with any response received from industry in response to this SIR. Therefore, any costs associated with a submission from an interested party will be solely at its expense.



Any proprietary or confidential information submitted in response to this SIR should be appropriately marked.



1. INTRODUCTION/BACKGROUND



The Runway Status Lights (RWSL) system uses surveillance data provided by the Airport Surface Detection Equipment Model X (ASDE-X) and the Airport Surface Surveillance Capability (ASSC) systems to reduce the chance of runway incursions and certain classes of runway accidents. RWSL automatically communicates directly to pilots and vehicle operators without demanding the attention of an air traffic controller.



RWSL consists of two subsystems: the RWSL Processor (RP) and the Field Lighting System (FLS). The RP analyzes and provides real time airport surface operations, determining runway status based on surveillance data. The FLS portion of the system provides the physical interface indicating runway status directly to pilots and vehicle operators, thereby increasing situational awareness. This SIR is for the sustainment of the RWSL FLS only.



This SIR is for the hardware, software, and services the Contractor must provide for component design and development and to support testing, installation, integration, and configuration of the FLS into the legacy RWSL system to satisfy the specific requirements of the Statement of Work (SOW) and each Delivery Order. The FLS components addressed in this SIR are Individual Light Controller (ILC), Master Light Controller (MLC), Constant Current Regulators (CCRs), Lighting Computer (LC) and the CCR Controller (CCR-C).



2. CONTRACT TYPE & PERIOD OF PERFORMANCE



The FAA contemplates award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from this SIR, consisting of a five (5) year base period and five (5) one-year option periods for a total of ten (10) years, if all options are exercised.



The FAA intends to make one award under this Solicitation. The FAA reserves the right to make no award if such action is determined to be in the FAA’s best interest.



3. SET-ASIDE DETERMINATION & NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE



This procurement is not a small business set aside. The principal NAICS code for this requirement is 335139 - Electric Lamp Bulb and Other Lighting Equipment Manufacturing.



4. INSTRUCTIONS FOR SUBMITTALS



FAA Orders and other specifications identified in the SIR in Section J may contain Sensitive Unclassified Information and information of a confidential nature. These documents are noted with * and are J-7, J-8, J-9, J-10, J-12, J-13, and 14.



These documents will be provided upon request. The Contracting Officer will provide an Agreement Regarding Non-Disclosure of Information, and once agreement is signed and returned, the Contract Officer will make these documents available. If you wish to participate in this procurement, please send your request for these documents to Patrick Weare via email at patrick.weare@faa.gov with a copy to Jenifer Stewart at jenifer.c.stewart@faa.gov.



Proposals must be sent to the Contracting Officer,Patrick Weare, by 5pm Eastern Time (ET) on April 22, 2024 via email at Patrick.weare@faa.gov with a copy to Jenifer Stewart at Jenifer.c.stewart@faa.gov.



Any questions or clarifications regarding any section of the SIR must be prepared in writing and submitted no later than 2:00 p.m. ET on March 11, 2024, to the Contracting Officer, Patrick Weare, via electronic mail at Patrick.weare@faa.gov with Jenifer Stewart copied at jenifer.c.stewart@faa.gov.



Pertinent questions will be answered via amendment and provided to all Offerors on the Internet at www.sam.gov. The FAA will not attribute the questions to the submitting Offeror, but the text of the questions and answers may be available to the general public.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-200, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
  • WASHINGTON , DC 20591
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 27, 2024 11:05 am ESTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >