SOURCES SOUGHT
99 -- Airport Surveillance Radar (ASR) Modernization: Antenna Control Box (ACB) Market Survey Announcement
- Notice Date
- 1/8/2026 12:41:01 PM
- Notice Type
- Sources Sought
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- 693KA7 ENROUTE & TERMINAL CONTRACTS WASHINGTON DC 20591 USA
- ZIP Code
- 20591
- Solicitation Number
- ACB-01-2026
- Response Due
- 1/30/2026 2:00:00 PM
- Archive Date
- 02/14/2026
- Point of Contact
- Patrick Weare, Phone: 202-267-5483, Malie Chhang, Phone: 202-267-9748
- E-Mail Address
-
patrick.weare@faa.gov, Malie.P.Chhang@faa.gov
(patrick.weare@faa.gov, Malie.P.Chhang@faa.gov)
- Description
- This Market Survey announcement is issued in accordance with Federal Aviation Administration (FAA) Acquisition Management System (AMS) 3.2.1.2.1. 1. Introduction The Government is conducting a market survey to assess: The existence of viable competition by interested industry participants; Qualified and capable sources that can satisfy Government requirements. Specifically, to identify companies that possess the capabilities to meet Government requirements to manufacture, assemble, and test the Antenna Control Box (ACB). Respondents will need to show the capability to furnish all required labor, plant, materials, fixtures, equipment, tools, test equipment, technical data/technical and management expertise, and all other facilities necessary in support of their product that fully comply with Government requirements; and The potential for participation by small business (SB), service-disabled veteran-owned small businesses (SDVOSB), and eligible socially and economically disadvantaged businesses (SEDB) certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. 2. Background The Federal Aviation Administration (FAA) has multiple terminal radar systems across the country that require replacement of the antenna control interface. The antenna system supports continuous control of air traffic operations throughout the National Airspace System. This change is due to significant future upgrades to radar facilities as part of the FAA�s radar modernization initiative. As a result of the modernization efforts, legacy ACBs will not directly interface with the Brand New Air Traffic Control System without the new ACB units. Currently, each facility requires one ACB to control the antenna system and monitoring. The FAA will implement a universal ACB solution that will interface with all antenna radar systems regardless of the transmitter and receiver subsystem components. 3. Scope Respondents must have the capability to procure, assemble, test, and produce 280 ACB enclosures in accordance with the Parts List (Attachment 3), Assembly Instructions (Attachment 4), Software Loading Instructions (Attachment 5), and Drawings (Attachment 6). Further guidance related to factory acceptance test procedures and government furnished equipment will be provided upon issuance of a Screening Information Request (SIR). The estimated period of performance is two years. 4. Nature of Competition The acquisition strategy has not been determined at this time. The Government intends to review all responses received to establish the acquisition strategy and determine the viability for unrestricted competition. The Government encourages all interested sources to respond to this market survey. 5. Disclaimer Respondents are hereby advised that: This is not a SIR or Request for Proposals (RFP) of any kind; The Government is not seeking or accepting unsolicited proposals; The Government will not pay for any information received or costs incurred in preparing the response to the market survey; Any costs associated with the market survey submittal are solely at the interested Respondent�s expense; Any information provided in response to this market survey will be used for Government informational purposes only; and Any proprietary information submitted in response to this market survey must be clearly identified and appropriately marked. 6. North American Industry Classification System (NAICS) Code The applicable NAICS codes for this procurement are: 335314 � Relay and Industrial Control Manufacturing 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing 334290 � Other Communications Equipment Manufacturing 335311 � Power, Distribution, and Specialty Transformer Manufacturing 334519 � Other Measuring and Controlling Device Manufacturing 335999 � All Other Miscellaneous Electrical Equipment and Component Manufacturing 334513 � Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables 7. Submittal Requirements for Market Survey The Respondent�s response to this market survey must address the physical, technical, functional, and performance requirements for the ACB as part of the radar modernization initiative. Respondents must describe the capabilities and resources available and clearly demonstrate that the respondent is qualified and capable of providing a solution. Interested respondents are required to respond to the following questions: Does the Respondent have experience performing under Government contracts and/or FAA contracts? If so, describe the nature of such experience and identify the Government/FAA program name, contract number, and period of performance. Provide a description of technical expertise and experience with the procurement, assembly, and testing of electro-mechanical systems/subsystems comparable to the ACB. Provide a description of the capabilities and resources available to support the procurement, assembly, and testing of the ACB as part of the Respondent�s approach to providing a first article (pre-production sample) and production unit deliverables. Provide examples of direct experience in machine controls systems including procurement, assembly, and testing. Describe the Respondent�s inventory control program. How does the Respondent identify suitable sources of supply, prevent the use of counterfeit parts, verify suitability of selected components to support function and performance parameters? Additionally, describe the Respondent�s approach for ensuring accountability of Government Furnished Equipment (See Attachment 3). Describe the Respondent�s approach for supply chain management particularly addressing identification of long-lead time, hard to source components, and lifecycle maintenance and sparing needs. Does the Respondent have a fully implemented Quality Assurance Plan? What is the Quality Assurance Plan in use by the Respondent? Has the Respondent been certified as compliant to ISO 9001 and what version? Describe the Respondent�s approach to support continuity testing and capability to provide documentation for each unit of the ACB. Provide a Rough Order of Magnitude (ROM) for labor and shipping costs associated with first article unit(s) and production units. The ROM will be used for Government planning purposes only. Identify any warranty policies in workmanship and quantity discounts offered. 8. Delivery of Submittals Refer to the below applicable due dates for this market survey: Respondents submit questions/comments: January 16, 2026 by 5:00PM EST Government posts response to comments and/or questions on the sam.gov website: January 26, 2026 by 5:00PM EST Respondents submit response to market survey with completed business declaration form: January 30, 2026 by 5:00PM EST Submit written questions and/or comments and market survey responses via email to Patrick.Weare@faa.gov and Malie.P.Chhang@faa.gov. Questions and/or comments must be limited to aspects of this announcement that affect the preparation of the market survey response. Comments on the market survey are not considered part of the capability statement. Please also note the following: Interested respondents must use the Market Survey Comments and Questions Matrix to submit comments or questions on the market survey. A completed FAA Business Declaration form must be submitted in *.pdf format. Responses to this market survey must be in PDF format in Times New Roman 12 Font. Please limit company background information to one page. The Government will not release or distribute any of the information contained in the market survey responses. However, respondents must identify and clearly mark any proprietary information contained in their submissions. No electronic or telephone inquiries will be accepted. It is the responsibility of the interested respondent to monitor the sam.gov website for questions and responses posted by the Government. 9. Attachments Attachment 1 - Business Declaration Form Attachment 2 - Market Survey Comments and Questions Matrix Attachment 3 - Appendix A Parts List Rev 2.1 Attachment 4 - Appendix B Assembly Instructions Rev2 Attachment 5 - Appendix C Software Loading Instructions Rev 2 Attachment 6 - Appendix D Drawings Rev 2 Attachment 7 - ASR-8-2026-000580-UPEC_A_Requirements_Specification_REV 4.0 Signed 11.3.25
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/525770dd89c24468b4fc152c8b9227f4/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07682316-F 20260110/260108230047 (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 |