Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOURCES SOUGHT

99 -- Runway Safety Lighting System (RSLS) Request for Information (RFI)

Notice Date
9/11/2025 1:08:53 PM
 
Notice Type
Sources Sought
 
Contracting Office
693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
RSLS-RFI
 
Response Due
9/25/2025 1:00:00 PM
 
Archive Date
10/10/2025
 
Point of Contact
Patrick Weare, Phone: 2022675483
 
E-Mail Address
patrick.weare@faa.gov
(patrick.weare@faa.gov)
 
Description
1 INTRODUCTION/PURPOSE A safe and efficient National Airspace System (NAS) begins and ends on the airport surface. Surface safety continues to be one of the FAA's highest priorities and encompasses pilots, air traffic controllers, and airport vehicle drivers. The FAA welcomes innovation to deliver vital air traffic services for safe and efficient use in the NAS. The FAA is specifically interested in learning more about cost-effective technological solutions that may be viable for deployment at airports without existing Runway Status Lights (RWSL) systems. This Request for Information (RFI) is searching for technology that could provide pilots with a direct indication that a runway is unsafe either for entry or crossing. 2 BACKGROUND Pilots and surface vehicle operators require clearance from Air Traffic Controllers (ATC) when entering or crossing active runways. RWSL was developed as an independent safety enhancement that does not substitute for ATC clearance. RWSL is a fully automated system deployed at 20 airports that provides runway status information to pilots and surface vehicle operators to indicate when it is unsafe to enter, cross, or takeoff from a runway. The RWSL system processes information from surface surveillance systems and activates Runway Entrance Lights and Takeoff Hold Lights in accordance with the motion and velocity of the detected traffic. Runway Entrance Lights and Takeoff Hold Lights are in-pavement light fixtures that are directly visible to pilots and surface vehicle operators. Installation of RWSL requires extensive airport construction activity on runways and taxiways. Required efforts include constructing duct banks, boring under runways and taxiways, running conduit, and installing light fixtures into the runway or taxiway surfaces. Given the complexity, scale, and significant costs associated with installing a RWSL system, it is impractical to install RWSL at a large number of airports. A more cost-effective solution would enable the FAA to provide runway safety lighting capabilities at a greater number of medium and large airports that are currently without these systems. 3 NATURE OF INFORMATION REQUEST This RFI is being conducted in accordance with FAA Acquisition Management System Policy Section 3.2.1.2.1, Market Analysis. The purpose of this request is to solicit information about capabilities from sources that can assist the FAA in: Learning more about cost-effective technological solutions that may be viable for deployment at airports without existing RWSL systems and/or surface surveillance capabilities. Gaining a better understanding of commercially and/or readily available runway lighting solutions (able to be deployed before end of CY 2025) and capabilities that could provide the status of runway occupancy directly to pilots and vehicle operations. Learning whether such technological solutions could be rapidly deployed and operational at 40-50 airports within the next 2-3 years. Gathering cost information. The FAA may use information from this request to assist in refining its acquisition alternatives and program requirements in support of investment decisions. The FAA has not determined the acquisition strategy for this activity at this time. However, if the FAA proceeds with an acquisition, the information provided from this request may be considered in developing its acquisition strategy. The FAA requests statements of interest and capability statements from all qualified industry partners capable of providing the requirements outlined in this document, within the stated timeframe. 4 DISCLAIMER This is not a Screening Information Request or Request for Offer (RFO) of any kind. The FAA is not seeking or accepting unsolicited proposals related to this activity. The FAA will not pay for any information received or costs incurred in preparing a response to this request. Any costs associated with a submittal are solely at the interested vendor�s expense. The FAA is seeking sources of information for specific supplies and or services described herein. The FAA reserves the right to have communication with any, some, or none of the respondents. Any submissions will remain with the FAA for its use and will not be returned to the respondents. 5 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE No NAICS code has been identified for this RFI. 6 SUBMITTAL REQUIREMENTS FOR RFI Vendors are requested to submit the following: Chapter 1: Company Information. Respondents are requested to submit the following: Company name and address, URL of company website (if applicable), Point of contact including telephone number and email address, and A completed Business Declaration Form (Attachment 1). Please use SAM Unique Entity Identifier (SAM UEI) Number instead of DUNS Number. Chapter 2: RFI Questions. Industry is invited to provide written responses and information that will enable the FAA to ascertain industry capabilities on enhancing situational awareness and runway occupancy status for pilots and vehicle operators. Please provide your responses to the following items: 1. What existing capabilities do you currently possess that can be leveraged to address surface safety and runway occupancy for pilots and vehicle operators? Specifically: Cost-effective technological solutions that may be viable for deployment by the end of CY2025 at airports without runway status lights systems and/or other existing surface surveillance capabilities. 1a. Describe how the capabilities meet or exceed at least one (or more) of the above needs Is this capability ready to be deployed, or is it still in development? If not fully ready to be deployed, please describe the level of effort and timeline needed to achieve production/deployment readiness. 1b. Please include a description of the architecture, integration points, and overall explanation of the data flow so the FAA can evaluate performance capabilities, including latency, security, availability/redundancy, etc. Include the following details: Description of the surveillance / sensor system used to control light logic. Describe your system�s lighting system including the orientation and location of lights relative to the Runway/Taxiway. Are there alternatives to installing new in-pavement light fixtures? 1c. (Alternatives) Do you currently possess capabilities that do not fall within the parameters identified above, but the FAA should be aware of to assist with situational awareness that will mitigate runway incursions? If so, please provide a description of those capabilities and how they can assist with surface situational awareness. If your existing capability does not meet any of the needs today, identify the level of effort and timeline needed to meet the need(s). 2. (Cost/Price) Please provide a Rough Order of Magnitude (ROM) cost estimate for all solutions that meet the capabilities. ROM estimates should include, but not be limited to: unit costs, system development, testing, production, implementation, life cycle support, and other major cost drivers. Rolled up Work Breakdown Structure (WBS) formatting can satisfy this request for a ROM. If the solution/capability is commercially available, please provide a detailed list of the pricing options.. 3. (Deployment) Please describe the process for implementing the solution at an airport. Include the following details: Anticipated construction requirements for implementing your solution, i.e. remote shelter(s), power requirements, trenching/coring/drilling, anticipated disruptions to airport operations. Schedule that depicts the activities necessary for implementing the solution. 4. (Scalability) Describe how the capability is scalable and modular to allow growth for additional capability, including its ability to deploy to multiple locations. Please address how (or if) the capability is scalable to decrease functionality where the full capability is not required, thereby resulting in a lower cost solution. Describe how the capability is scalable and modular to allow growth for additional capability. 5. (Security) Does your capability comply with the National Institute of Standards and Technology (NIST), Special Publication (SP) 800-53 Rev. 5, Security and Privacy Controls for Federal Information Systems and Organizations? If not, please describe the anticipated level of effort (cost and schedule) for implementation. 6. (Supportability) What is the anticipated lifecycle for this capability? Describe the maintenance approach, and philosophy for supportability as it pertains to the total anticipated lifecycle for this capability. How can you demonstrate that this capability has long term supportability? 7. (Limitations/Impediments/Barriers to entry) Is there a resource adaptation (policy/ standards change/update) that the FAA would need if there are limitations/impediments/barriers to entry towards a more efficient/effective path to increased surface safety/situational awareness. 7 DELIVERY OF SUBMITTAL Interested parties must provide responses to chapters in writing. Responses to the Chapter 2 RFI questions should not exceed 25 pages in length. Page size must be 8-1/2 by 11 inches with one-inch margins. The text font must be in Times New Roman 12-point. Please limit company background information to one page. A completed Business Declaration Form (Attachment 1) must be submitted in .pdf format. A page limit does not apply to Attachment 1. Each capability/solution can be submitted individually/separately to enable adequate page allotment for explanation, but responses can also combine multiple solutions into a single submission. Please note that the FAA email server restricts file sizes to 10 megabytes per email. Larger files must be submitted in more than one email; submissions that require multiple emails should set forth the total number of emails in the Subject Line (e.g., Email 1 of 3) The ROMs will be used solely for internal informational and planning purposes. If the ROMs are delivered using Rolled up WBS format in an excel spreadsheet, a page limit does not apply to ROMs. Interested parties are requested to submit their electronic RFI response to the Contracting Officer, Patrick Weare at Patrick.Weare@faa.gov no later than September 25, 2025, 4:00 PM EDT. The FAA may request clarification to responses directly related to this RFI through direct contact with respondents. Respondents must identify and clearly mark any proprietary information contained in their submissions, and must be prepared to provide justification to the FAA of such designations if requested. This proprietary information will be for the sole use of the FAA and will be treated confidentially; however, nothing alters the FAA�s obligations under existing law, including any duties owed by the FAA under the Freedom of Information Act. The FAA may need the Respondent�s justification of the proprietary designation to support withholding the documents or information from public disclosure upon request. The Federal Acquisition Regulation (FAR) references cited in SAM.gov are not applicable to the FAA as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). 8 ATTACHMENTS (1) Business Declaration Form
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4c3e06ab04e0443eaa493e31a13d6504/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07588041-F 20250913/250911230054 (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.