Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOLICITATION NOTICE

66 -- FAA Market Survey: Runway Incursion Device (RID)

Notice Date
2/3/2020 12:49:11 PM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
232020
 
Response Due
2/18/2020 2:00:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
Joseph Wilson, Phone: (405) 954-7739
 
E-Mail Address
joseph.wilson@faa.gov
(joseph.wilson@faa.gov)
 
Description
**Please note the FAR references cited in beta.SAM are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS)** The responses to this market survey will be used for informational purposes only. THIS IS NOT A SCREENING INFORMATION REQUEST (SIR) OR A REQUEST FOR PROPOSAL (RFP). Further, the FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing a response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendors� expense. The FAA is seeking industry capability statements and technical approaches to help determine the�best acquisition strategy for this requirement. No notification about the outcome of this market survey will be released except as deemed appropriate in the FAA�s sole discretion. The FAA may request that one, some, all, or none of the respondents to this market survey provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. This market survey does not guarantee that a solicitation or procurement of any kind will be issued and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Government's Contract Opportunities web page at beta.SAM.gov. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitation. NO PHONE CALLS PLEASE.�All questions must be in writing and emailed to the Contracting Officer,�Joseph Wilson�(joseph.wilson@faa.gov), prior to the expiration of the listing. +++ This is a market survey in support of the Federal Aviation Administration (FAA), Air Traffic Organization. The purpose of this announcement is to identify potential sources that are interested in, and capable of, developing and building a Runway Incursion Device (RID). The RID is a system that has been in place for 30 years and is in need of replacement with a sustainable (and singular) system that supports FAA Order JO 7210.3BB Facility Operation and Administration. Specifically pages 218-219, paragraph 10-1-7 Use of Active Runways. Paragraph b; �mandatory use of an approved memory aid at the appropriate operational position/s for� 3. Vehicle, personnel or equipment on active runway/s.� The term ""RID"" is a misnomer, in that the device is actually intended to PREVENT runway incursions not create them. The RID is a set of four simple electronic reminders each with two modes of operation. One mode is 'LAMPS ONLY', the large red lamps flash (1/2 second on, 1/2 second off) any time one of the four reminders is selected; the other mode is 'LAMPS+ VOICE', the aural reminder ""Check runway"" is enabled along with the flashing red lamps.� The 'LAMPS ONLY' mode is selected by depressing one of the buttons in the left column. The 'LAMPS+ VOICE' mode is selected by depressing one of the buttons in the right column. The RID comes with an optional secondary unit that displays the same pattern of flashing lamps that the main unit displays, but the secondary has no aural reminder. Both units have independent dimmers for the flashing lamps. The main unit also has a volume adjust and momentary muting switch for the aural reminder. A typical setup might place the main unit by the local controller and the secondary unit next to the ground controller. In this configuration, when the ground controller asks to clear a vehicle onto the active runway, controller coordination might be displayed by the RID main and secondary units flashing lamp, a visual confirmation and reminder that there is something unusual about that runway. Further, if the 'LAMPS+ VOICE' reminder was chosen, when the local controller keys his mike a voice will remind him to ""check runway"". The installation of this unit is intended to be very simple. The main unit requires 120vac power, a pair of wires to a convenient relay (or equivalent) in the push-to-talk circuit for the position or radio to be served and the connection to secondary unit if the latter is going to be used. There is no voice connection to the recorders; the device is intended strictly as a memory aid. The push-to-talk circuit needs to provide a contact closure or ground to the RID� when keying either main or standby equipment The open circuit voltage for this connection is +5volts These inputs should not be damaged by voltages up to +48volts. Negative voltages also should not cause damage up to -48 volts. The RID main unit is fully functional with or without the secondary connected. The maintenance for the RID is to be provided on an as-fails basis. The RID is composed of two functional parts, the flashing lamps and the verbalizer. +++ If you choose to respond to this announcement, please do so by providing the following: 1. Capability Statement - This document should identify the following: CAGE code/DUNS number Business Size Type of supplies/services provided by your company Size and type of supplies/services provided by previous contracts (to include detailed information and past performance) Number of years in business 2.� Clearly state whether or not you can provide the types of supplies/services listed in the announcement. 3.� Technical Approach - Respondents must provide their strategy for accomplishing this work. If your plan is to subcontract all or a portion of this work, please include that information as well. All responses to this market survey must be received by the expiration date and time.�Please include �Runway Incursion Device (RID)� in the subject line of your email. The FAA requires that all submittals, including attachments, be submitted electronically to the following email address: joseph.wilson@faa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62b8724eecb34f75a117847a2f38c156/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN05550650-F 20200205/200203230146 (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.