Closed Solicitation · DEPARTMENT OF TRANSPORTATION

    SURFACE SURVEILLANCE SUSTAINMENT - THE RUNWAY STATUS LIGHTS (RWSL) PROCESSOR (RP) AND ROUTER REPLACEMENT- MARKET SURVEY

    Sol. AAQ210_RWSLRP1Sources SoughtWASHINGTON, DC
    Closed
    STATUS
    Closed
    closed May 16, 2024
    POSTED
    May 2, 2024
    Publication date
    NAICS CODE
    541330
    Primary industry classification
    PSC CODE
    K059
    Product & service classification

    AI Summary

    The Federal Aviation Administration (FAA) is conducting a market survey for the replacement of the Runway Status Lights (RWSL) Processor (RP) and Router. This opportunity falls under the Surface Surveillance Sustainment project. The purpose of this survey is to gather information to refine acquisition alternatives and program strategies in accordance with FAA Acquisition Management System Policy. Interested parties should take note of the deadline for submission of responses by May 16, 2024, at 5:00 PM Eastern Time.

    Contract details

    Solicitation No.
    AAQ210_RWSLRP1
    Notice Type
    Sources Sought
    Posted Date
    May 2, 2024
    Response Deadline
    May 16, 2024
    NAICS Code
    541330AI guide
    PSC / Class Code
    K059
    Contract Code
    6920
    Primary Contact
    Aleksandra Skoric
    State
    DC
    ZIP Code
    20591
    AI Product/Service
    both

    Description

    This Market Survey is being conducted in accordance with the Federal Aviation Administration (FAA) Acquisition Management System (AMS) Policy 3.2.1.2 A, Market Analysis.  The FAA may use information from this market survey to assist in refining its acquisition alternatives and program requirements.

    This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Offer (RFO) of any kind.  Responses to this Market Survey will be used for informational purposes only. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to this Market Survey. Any costs associated with this Market Survey submittal is solely at the interested vendor's expense.

    The anticipated duration for this procurement will be 10 years, if all options are exercised, consisting of 5-year period of performance for the Base Period, with a potential for five (5) one-year standalone options.

    The FAA has not determined the acquisition strategy for this procurement.  Currently, the FAA is tentatively targeting an award for this potential contract opportunity in the Quarter 3 of calendar year 2025.  The information provided from this market survey may be considered in developing its acquisition strategy, contract vehicle type(s), quantities, and whether the acquisition(s) should be unrestricted competition, limited competition, small business set-aside, or single-source procurement.

    The FAA requests statement of interest and capability statements from all qualified industry partners, including large businesses, small businesses, service-disabled veteran-owned small businesses, and 8(a) certified firms, capable of providing the requirement outlined in this document, within the stated timeframe.

    1. Purpose

    The purpose of this market survey is to determine vendor interest and capability to provide replacement components, replace the Operating System software, router, resolve and correct security obsolescence and conformance issues, and conform all sites to a single standardized platform for the Runway Status Lights (RWSL) Processor (RP) subsystem.   RWSL is operational at twenty (20) airports across the United States, and at four (4) support systems at Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma.

    2. Introduction

    The Runway Status Lights (RWSL) Processor (RP) is facing obsolescence and security compliance issues. The purpose of this Market Survey is to identify potential sources to replace the RWSL Processors and Communications components, replace the software with a Red-Hat Enterprise Linux Operating System, router and conform all sites to a single, standard platform.  Please see Table 1: RWSL Processor (RP) system Components to be Replaced

    3. Background

    RWSL uses Airport Surface Surveillance data to determine vehicle and aircraft locations.  RWSL Processor (RP) subsystem processes this data using software algorithms with adjustable parameters to control airfield lights in accordance with Air Traffic operations, including anticipated separation.  Red airfield lights (Runway Entrance Lights (RELs) and Takeoff Hold Lights (THLs) illuminate and extinguish as vehicles and aircraft traverse the airfield.  The RWSL provides situational awareness of runway occupancy to pilots and vehicle operators via in-pavement lights. Further information regarding RWSL can be found at https://www.faa.gov/air_traffic/technology/rwsl

    The RWSL consists of two subsystems: the RP system and the Field Lighting System (FLS) subsystem. The RP system, consisting of the processing and communications components, are no longer supportable. FAA must procure new components to operate RP system. The FLS subsystem is not included as part of the subject procurement’s anticipated requirements.  FLS replacement components are being procured under a separate acquisition.

    4. Requirement Description

    The subject proposed procurement is anticipated for the provision of the following products and services:

    1. Design, development, integration and testing for the replacement of the RP system computers, communications and peripheral components shown in Table 1;
    2. Replacement of computer software Operating System with the Red-Hat Enterprise Linux operation system software, including integration with current RWSL system interfaces, i.e., Airport Service Detection Equipment, Model X (ASDE-X), ADS-B, Airport Surface Surveillance Capability (ASSC), and RWSL Field Lighting System (RWSL-FLS);
    3. Resolution of currently identified security obsolescence and compliance issues, along with continued security support for the life of the anticipated contract;
    4. Delivery and implementation support for twenty (20) of the developed and accepted systems at RWSL airports and four (4) support systems at Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma;
    5. Spare parts, as required; and
    6. Second Level Engineering support services for software upgrades and maintenance support, as required.

    Table 1  RP system Components to be Replaced

    Component / Description

    Ethernet Switch, 8 Port 10/100, 2 Port Dual-Purpose Uplink - Field Lighting System (FLS) Switch (base part for Equipment Room Cabinet (ERC) and Remote Maintenance Terminal Cabinet (RMTC) FLS Switches)

    Power Converter – AC-110  - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal (RMT) Power Converter for Cisco FLS Network Switch

    Transmitter, Conformal Coated, 8 CH Fiber Optic, Rack Mount  - Discrete Receive/Transmit (RT) Media Converter (Kill Switch)

    Receiver, Conformal Coated, 8 CH Fiber Optic, Rack Mount - Discrete Receive/Receive (RR) Media Converter (Kill Switch)

    Transmitter, Conformal Coated, 8 CH Fiber Optic, Wall Mount - Discrete Maintenance Terminal (MT) Media Converter (Kill Switch)
    Tower Cab Control Assembly (TCCA): Discrete Media Converter Transmitter Module for Kill Switch

    Media Converter, 100 Base-TX to 100 Base FX, 1310NM, Single - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal (RMT): Slide-in-Module Media Converter card 100Megabit Ethernet to Fiber

    Chassis, 18 Slot Media Conv, w/o Power Supply - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal (RMT): Media Converter Chassis (2 Rack Unit)

    Redundant Power Supply 120/240 VAC - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal (RMT): Data Media Converter Assembly Power Supply slide-in-module.

    Power supply, Plug-in - Power supply for Kill switch discrete media converter

    Media Converter, Ethernet 1000 Base-T To Fiber, SC - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal Cabinet (RMTC): Slide-in-Module Media Converter card Gigabit Ethernet to Fiber.

    Media Converter, RS422/485 Copper to Fiber, Single Mode - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal Cabinet (RMTC): Slide-in-Module Media Converter card Serial to Fiber

    Subrack, Fiber Equipment, 14 Slot, 3U - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal Cabinet (RMTC): Rack fiber panel

    Power Card, +/- 15 VDC - Equipment Room Cabinet (ERC)/Remote Maintenance Terminal Cabinet (RMTC): Power Card for Discrete Media Converter sub-rack

    Router Assembly, 24 Port, 10/100/1000, Enhanced - Runway Status Lights Router

    System Monitor Assembly, Poweredge R610 - Maintenance Terminal (MT)

    Keyboard, Video, Mouse (KVM) Tray Keyboard, Video, Mouse (KVM) Tray

    Server Assembly, Quad Core - Recorder

    RWSL Processor Assembly, PowerEdge R610 - RWSL Processor (RP)

    RMT Processor Assembly, PowerEdge R610 - Remote Maintenance Terminal (RMT)

    Power Conditioner Assembly, 1KVA - RMTC: STACO 1 kVA Power Conditioner

    Assembly, Control Panel, Tower Cab - Cab Control Panel (CCP) and Tower Cab Control Assembly (TCCA)

    Power Supply, 12V, 50W, 4.2A, W/ 2.5 MM Plug - Cab Control Panel (CCP) Power Supply

    Power Conditioner Assembly, Cab Control - Tower Cab Control Assembly (TCCA): 100W Power Conditioner for Cab Control Power Supply

    Media Converter, 100 Base-TX to 100 Base-FX, 1310NM, Single Mode - Tower Cab Control Assembly (TCCA): 100Megabit Ethernet to Fiber Media Converter for Cab Control Panel

    Power Supply, Plug-in, 12 VDC, W/ 2 POS. Connector - Tower Cab Control Assembly (TCCA): Discrete Media Converter Power Supply

    Power Supply, Plug-in, 12 VDC, W/ 6 POS. Connector - Tower Cab Control Assembly (TCCA): 100Megabit Ethernet to Fiber Media Converter Power Supply

    5. North American Industry Classification System (NAICS) Code and Product Service Code

    The FAA is considering the following principal NAICS and PSC for this effort:

    The NAICS codes for this procurement are:

    • 541330, Engineering Services
    • 334290, Other Communications Equipment Manufacturing
    • 541511, Custom Computer Programming Services

    Product Service Codes (PSC) for this procurement are:

    • K059 Modification of Equipment- Electrical and Electronic Equipment Components
    • H959 Other Quality Control, Testing, and Inspection- Electrical and Electronic Equipment Components
    • DJ01 IT and Telecom - Security And Compliance Support Services (Labor)

    6. Submittal Requirements for Market Survey

    Interested vendors are requested to submit company information; including the name, address and point of contact in a Business Declaration Form provided in Attachment 1, and a Capability Statement that includes qualifications and capability described in Section 4. Requirements Description. In the response, please highlight the company’s experience in:

    1. providing and integrating replacements for the components shown in Table 1;
    2. developing computer software, including transition to a Red Hat Enterprise Linux Operating System environment;
    3. resolving and implementing software changes to meet stringent operational security requirements;
    4. supply support for spare parts required to maintain system operation over an extended time period (e.g. a ten year-year period);
    5. engineering services provision for operational and maintenance support for a major system; and
    6. Please list the number of years in business providing each of the above listed products and services (a-e).
    7. Which portion of the above (a-e) can be performed by small business-size entities?   
    8. How certain or uncertain is the supply and pricing for the hardware and spare parts listed in Table 1?  Please describe.
    9. Please recommend alternative NAICS and PSC codes, if any.

    7. Vendor Questions

    Industry is encouraged to submit any written questions or comments, which must be limited to aspects of this announcement that affect the market survey response, via email to the Contracting Officer, Aleksandra Skoric at Aleksandra.Skoric@faa.gov.  Please use the Market Survey Comment and Question Matrix (Attachment 2) to submit comments or questions on the market survey, which are due no later than the date and time specified in Table 2.  The FAA will not accept and respond to questions after the submission due date has passed.  Comments and questions on the market survey are not considered part of the response submission page limit. Any proprietary or confidential information contained in the market survey submissions that should not be released to the public should be appropriately marked.

    8. Delivery of Submittals

    Interested parties must provide responses in writing.  Oral responses to this market survey are not allowable.  Responses should not exceed 15 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.  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.

    Responses to this market survey are due no later than the date and time specified in Table 2. All responses, including attachments, must be submitted electronically to Contracting Officer, at Aleksandra.Skoric@faa.gov.  Responses will not be returned to interested parties.

    The following schedule provides applicable due dates for the market survey:

    Table 2: Due Dates for Submissions

    Date

    Event

    MAY 8, 2024 by 5 PM EST

    Vendors to provide Comments and/or Questions to FAA

    MAY 16, 2024 by 5 PM EST

    Vendors to submit response to market survey

    The FAA may request clarification to responses directly related to this market survey through direct contact with respondents.  The FAA reserves the right to post responses to all – or none – of the vendor questions on the www.SAM.gov.  The FAA may use information from the market survey that is not marked proprietary.  Respondents must identify and clearly mark any proprietary information contained in their submissions (see Attachment 2).  The vendors are not to include unmarked proprietary or confidential information as part of the vendor questions. 

    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). 

    ATTACHMENTS

    Attachment 1 – Business Declaration Form

    Attachment 2 – Market Survey Comment and Question Matrix

    ATTACHMENT 2

    Market Survey Comment and Question Matrix

    Instructions to Vendors Sending Market Survey Questions

    Any questions or requests for clarifications concerning any aspect of the Market Survey must be emailed, utilizing this form, and submitted per the instructions provided above in Section 7 Vendor Questions and Answers.

    Item Number

    Questions/ Requests for Clarifications/ Comments

    Proprietary Information

    (Yes/No)





















     

    This Page Remains Empty

    Key dates

    1. May 2, 2024Posted Date
    2. May 16, 2024Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SURFACE SURVEILLANCE SUSTAINMENT - THE RUNWAY STATUS LIGHTS (RWSL) PROCESSOR (RP) AND ROUTER REPLACEMENT- MARKET SURVEY is a federal acquisition solicitation issued by DEPARTMENT OF TRANSPORTATION. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.