Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOURCES SOUGHT

99 -- Medium Intensity Approach Lighting Systems (MALSR) with Runway Alignment Indicator Lights, Light Emitting Diode (LED) and Infrared (IR) Lamp Design and Prototype Development

Notice Date
3/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-47 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-10-R-00013
 
Response Due
3/10/2010
 
Archive Date
3/25/2010
 
Point of Contact
Samantha Williams, 202-267-9653
 
E-Mail Address
samantha.e.williams@faa.gov
(samantha.e.williams@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a 100% set-aside for Small Business. Teaming and subcontracting opportunities are encouraged. The Federal Aviation Administration (FAA) is seeking interested vendors to develop a feasibility study. Based on the results of this study; the vendor will design, manufacture, and test MALSR Light Emitting Diode (LED)/Infrared (IR) prototype lamps. This will assist the FAA in adapting LED/IR into approach lighting systems in the National Air Space (NAS). The intent of this Screening Information Request (SIR) is to award a contract to conduct a feasibility study to determine if it is feasible to develop MALSR LED prototype lamps, with or without IR. Based on the results of the feasibility study, the FAA may exercise the option to develop MALSR LED/IR prototype lamps. The first phase of the contract is to conduct a feasibility study based on the requirements outlined in the Performance Requirements Document (PRD). Based on the results of phase I, the FAA may exercise phase II to develop MALSR LED prototype lamps with or without IR. Based on the results of phase II, the FAA may conduct an Operational Capabilities Demonstration (OCD). After review of the OCD results, the FAA may exercise the phase III option to build MALSR LED production lamps. Offerors should address their potential to conduct the production phase (phase III) of this contract in their submittal. The proposals will be submitted in accordance with section L of the attached SIR. Proprietary information/data may be submitted and will be handled according to FAA procedures. Any proprietary information submitted must be adequately marked as proprietary and will be protected if appropriately marked. Any information provided under this SIR is for informational purposes only and will not be released to the public. 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 and submissions from an interested party will be solely at their expense. All responses (one response per company) are to be provided on company letterhead. No type font less than 12 point may be used. Responses must be received no later than 3:00 PM EST time, Friday April 9, 2010. Please send proposals in accordance with Section L by the indicated deadline to: Attn: Don B. TerryContracting Officer, AJA-47Federal Aviation Administration800 Independence Ave, SW, Room 416Washington, DC 20591Phone: (202) 267-7386Email: don.terry@faa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/DTFAWA-10-R-00013/listing.html)
 
Record
SN02086672-W 20100311/100309234659-5948ef6a5f766dd7368c6e5c84412494 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.