Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SPECIAL NOTICE

62 -- Notice of Intent to Single Source-ALSF-2 Equipment

Notice Date
2/19/2026 2:03:42 PM
 
Notice Type
Special Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION US
 
ZIP Code
00000
 
Response Due
2/26/2026 12:00:00 PM
 
Archive Date
03/13/2026
 
Point of Contact
Alex Seguin
 
E-Mail Address
alex.seguin@faa.gov
(alex.seguin@faa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
In accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.2.4, the purpose of this announcement is to inform industry of the basis of the FAA's intent to award a contract based on single-source procedures. The FAA intends to procure Approach Lighting System with Sequenced Flashing Lights (ALSF -2) Equipment�s to be installed at Portland International Airport (PDX) as follows: Type FA-32000/3 Semi-Flush Flashers with supporting equipment from ADB Safegate Americas LLC, 700 Science Blvd, Gahma, Ohio 43230-6641. The Type FA-32000/3 Semi-Flush Flasher is the only model Semi-Flush Flasher currently certified to FAA-E-2998 and the only model allowed by the FAA to be installed for new system deployments into the National Airspace System (NAS). Type FA-23000/1, FA-23000/2 and FA-23000/3 with supporting equipment from O.C.E.M. Acquisition Corp, DBA Multi-Electric Mfg., Inc. 10501 Franklin Park, Illinois 60131-1434. The Type FA-2300 Semi-Flush Steady Burning Light is the only model currently certified to FAA-E-2952 and the only model allowed by the FAA to be installed for new system deployments into the National Airspace System (NAS). Type FA-10700 ALSF-2 with supporting equipment and services from New Bedford Panoramex (NBP) Corporation. 1480 N Claremont Blvd, Claremont, California 91711-3538. The Type FA-10700 ALSF-2 is the only model ALSF currently certified to FAA-E-2689A specification and the only model allowed by the FAA to be installed for new system deployments into the National Airspace System (NAS). The FAA Acquisition Management System (AMS), section 3.2.2.4, Single Source Selection, permits acquisition on a single source based on impact, standardization, and when it is the only source available to satisfy requirements within the time required. The companies shown above are the only sources that have Factory Acceptance Test (FAT) and In Service Decision (ISD) approved by the FAA of the equipment above ready to go into the National Airspace System (NAS) A competitive solicitation is not available for this procurement. If your firm does not agree with this single source determination, please provide evidence of your firm�s capabilities to produce the ALSF-2 systems above and Factory Acceptance Test (FAT) and In Service Decision (ISD) approved by the FAA. The FAA is not liable for any costs associated with the preparing of a response to this announcement. All responses to this requirement must be directed to Daniel Irungu at Daniel.Irungu@faa.gov no later than 2:00pm CT, February 26, 2026.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5187fa1172c1473d95c4c2101d5ba624/view)
 
Place of Performance
Address: Portland, OR 97218, USA
Zip Code: 97218
Country: USA
 
Record
SN07720372-F 20260221/260219230040 (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!  © 1994-2026, Loren Data Corp.