Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOLICITATION NOTICE

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

Notice Date
5/8/2024 8:01:24 PM
 
Notice Type
Solicitation
 
NAICS
335139 —
 
Contracting Office
693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA7-24-R-00006
 
Response Due
5/24/2024 2:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
Patrick Weare, Phone: 202-267-5483, Jenifer C Stewart, Phone: 202-267-0964
 
E-Mail Address
patrick.weare@faa.gov, jenifer.c.stewart@faa.gov
(patrick.weare@faa.gov, jenifer.c.stewart@faa.gov)
 
Description
///////////////////////////////////////////////////////////////////////////////////////////////// 5/08/2024 - Amendment 2:�The purpose of Amendment 002 is to amend the SIR, extend the proposal due date from May 14, 2024 to May 24, 2024, and to provide responses to SIR questions in file SIR 693KA7-24-R-00006 - Vendor Question Tracker - Amendment 2. The following SIR Sections were updated are provided with this Amendment: Amended Section B.9.3 Amended Sections C.2, C.3.4, C.5.2 Amended Section I per AMS update 117 and 118 Amended Section J to include J-20, J-21, and J-22 Amended Section K � AMS Clauses updated per AMS 118 Amended Section L �L.11.2, and AMS Clauses updated per AMS 118 and updated L.17, Amended Section M.10 Additionally, provided with this Amendment is the FAA NDA for RWSL RCP which Offerors are to complete and submit in order to obtain the following Section J Documents: J-7 - 700-022100 Version 7 Product Specification (PS) for the Field Lighting System (FLS) for the Runway Status Lights (RWSL) Program J-8 - 710-022147 Version 9 (Final) Interface Design Description (IDD) for RWSL J-9 - 840-022120 Version 7 (Final) System Design Description for the Runway Status Lights (RWSL) Program (SSDD) J-10 - 710-022601 Version 4 (Final) Subsystem Design Description for the Field Lighting System (FLS) for the Runway Status Lights (RWSL) Program (FLS- SSDD) J-12 - FAA Order 1600.75 Protecting Sensitive Unclassified Information (SUI) J-13- FAA Order 1370.121B FAA Information Security and Privacy: Policy including Supplemental Implementing Directive J-14 - 790-020415 Interface Control Document Airport Surface Detection Equipment Model � X (ASDE-X) To Runway Status Lights (RWSL) J-20 - RWSL Facility Standard Drawing, 730-027931 All other terms and conditions remain unchanged. ////////////////////////////////////////////////////////////////////////////////////////////////// ///////////////////////////////////////////////////////////////////////////////////////////////// 4/18/2024 - Amendment 1:�The purpose of Amendment 001 is to extend the proposal due date from April 23, 2024, to May 14, 2024, and to release the Section L, Attachment L-4 - Previous Contracts List.� Additionally, the following SIR Sections were updated are provided with this Amendment: 1) Sections L - Section L.11.1 Volume Submission and Projected Acquisition Milestones 2) Section L.11.2 Time, Date, Place for Submission of Proposals, 3) Section L.14.1 Previous Contracts List 4) Section L - Attachment L-4�Previous Contracts List All other terms and conditions remain unchanged. ////////////////////////////////////////////////////////////////////////////////////////////////// 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 23, 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7ddd1e6f06849acbfb1ee91064d8c54/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07057479-F 20240510/240508230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.