Nevada Bids > Bid Detail

The Federal Aviation Administration (FAA) is issuing a Request for Information (RFI) for “Las Vegas Airport (LAS) Wind Profiling Service (WPS).”

Agency:
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159230396569624
Posted Date: Feb 1, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/0e5346a7c8...
Follow
The Federal Aviation Administration (FAA) is issuing a Request for Information (RFI) for “Las Vegas Airport (LAS) Wind Profiling Service (WPS).”
Active
Contract Opportunity
Notice ID
693KA8-24-R-00001
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
693KA8 SYSTEM OPERATIONS CONTRACTS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2024 09:53 am EST
  • Original Response Date: Mar 01, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 81121 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    North Las Vegas , NV
    USA
Description

The Federal Aviation Administration (FAA) is issuing a Request for Information (RFI) for “Las Vegas Airport (LAS) Wind Profiling Service (WPS).” Please see attached documents for detailed instructions.



THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Proposal may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor’s expense.



The purpose of this RFI is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the services detailed in this document.



All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking;



The FAA has the option of conducting one-on-one communications as deemed appropriate without the obligation to hold communications with all respondents;



Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any



The FAA is seeking interested vendors that can provide a service-based solution that is equivalent to the Wind Profiling Capabilities provided by the Light Detection and Ranging (LIDAR) system at Las Vegas Airport (LAS). The FAA is interested in determining if the capability can be acquired as a service.



The intent of the attached documents is to define what the wind profiling data needs are and what the minimum requirements are for a replacement service. These documents are also intended to provide enough information for interested vendors to decide whether they may be capable of providing a replacement service that meets the FAA’s requirements.



The Light Detection and Ranging (LIDAR) system at Las Vegas Airport (LAS) is end-of-life (EOL) and provides radial wind information with coverage along the approach and departure corridors of LAS airport runways. The data is displayed at the LAS Airport Traffic Control Tower (ATCT) and Terminal Radar Approach Control (TRACON) for use by Air Traffic Controllers.



A replacement service is required to sustain the capability at LAS. The attached Operational Requirements Document (ORD) details the minimum requirements for the future capability.



This service will only be applicable to Las Vegas Airport (LAS) in Las Vegas, Nevada.



CAPABILITY STATEMENT



Interested parties that have the capability to provide a service that meets the requirements as set forth in the OPERATIONAL REQUIREMENTS DOCUMENT should provide sufficient information to describe their capabilities in a compelling manner. Interested vendors are encouraged to recommend economically efficient or new solutions that meet the requirements addressed in the enclosed OPERATIONAL REQUIREMENTS DOCUMENT in addition to, providing comments on specifications and requirements. Submitted documentation must clearly demonstrate that the vendor can provide a data service meeting the coverage, parameters, schedule, and reliability needs of the FAA and should not exceed 20 pages.



MANDATORY REQUIREMENTS FOR EXPRESSION OF INTEREST



In order to be considered responsive, organizations expressing interest in this matter must provide the following:



Capability Statement (as defined above)



Completed Business Declaration Form (attached)



Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable)



Note: The FAR references cited in SAM.gov 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).



Please contact the P.O.C., Raymond Glembocki, raymond.glembocki@faa.gov, 707-501-6152, for any questions related to this RFI.



REQUIREMENTS



PS must detect wind speed and wind direction within a 10-kilometer (km) radius of the location of the existing LIDAR system. (See Attachment 1)




  1. The WPS wind speed accuracy must be at least 0.25 m/sec under 5 degrees.

  2. The WPS must detect low-altitude wind speed and wind direction at elevations ranging from 0.5 km to 1.0 km above the LAS runway surface.

  3. The WPS low-altitude wind speed and wind directions measurements must have a resolution of 10 meters (m).

  4. The WPS must detect high-altitude wind speed and wind direction at elevations ranging from 3 km to 6 km above the LAS runway surface.

  5. The WPS high-altitude wind speed and wind directions measurements must have a resolution of 100 meters (m).

  6. The WPS must provide two (2) display units.

  7. One (1) WPS Display must be installed at the LAS Airport Traffic Control Tower (ATCT) supervisor position.

  8. One (1) WPS Display must be installed at the LAS Terminal Radar Approach Control (TRACON) Traffic Management Unit (TMU) position.

  9. The WPS Display must display detected wind information in a color-coded plan position indicator (PPI) format.

  10. The WPS Display must display the height at which the wind was detected.

  11. The WPS Display must update wind information at least every two minutes. Submission Format



Format Quantity Address



Electronic 1 set Raymond.Glembocki@faa.gov



NOTES: Submissions must not exceed 5 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (PDF).



This market survey is for informational purposes only and shall not be construed as a commitment or a promise to contract by the Government. All Submissions must be received by 2:00 p.m. Eastern Time after the date of publication of this announcement. For questions, requests for additional information, etc. regarding this market survey, contact Raymond Glembocki, Contracting Officer, via E-mail: Raymond.Glembocki@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address.



This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists at this time. If a solicitation is issued, it will be announced on the FAA’s Contract Opportunities web page. It is the offeror’s responsibility to monitor this site for the release of the solicitation.




Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-30, FOB-10A, RM 400W 800 INDEPENDENCE AVE, SW
  • WASHINGTON , DC 20591
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 01, 2024 09:53 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >