Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought for Movement Area Guidance Signs

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)
  • Original Published Date: Jun 06, 2024 11:13 am HST
  • Original Response Date: Jun 20, 2024 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: N017 - INSTALLATION OF EQUIPMENT- AIRCRAFT LAUNCHING, LANDING, AND GROUND HANDLING EQUIPMENT
  • NAICS Code:
    • 423860 - Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
  • Place of Performance:
    AUS

Description

Notice of intent to use a brand name product. The Naval Facilities Engineering Systems Command, Pacific (NAVFAC Pacific) is performing a market survey to determine if other potential sources of supply can provide movement area guidance signs. The product must have equal performance and listing/approval requirements as the ADB Safegate Movement Area Guidance Signs (MAGS) (Model: Reliance).

FY24 MCAF Project 180500, Bomber Apron, located on Royal Australian Air Force (RAAF) Base Tindal (TDL), Australia requires MAGS similar to the following item:

ADB Safegate Movement Area Guidance Signs (MAGS) (Model: Reliance).  The requirements for the MAGS are:

  • Character form and dimensions
    • Dimensions as per DASDRM Section 6
    • Body to have minimum 150mm ground clearance
    • Where multiple panels required, inscription colour and face to appear continuous over any joint. No intensity change or bars at any joint.
    • Inscription character form and dimension as per DASDRM Section 6
  • Lighting methods
    • Must operate on a series circuit common with taxiway lights
    • Must operate over entire range of currents required for taxiway lights (typically between 2.8A and 6.6A)
  • Sign colour
    • Inscription and background colour in conformity with ICAO Annex 14
    • Each sign panel must match adjacent sign panels
    • Colour of all signs must precisely match
  • Sign luminance
    • Must operate uniformly with taxiway lights when on a common circuit
    • Luminance ratio between different coloured elements of a sign must not be greater than 1:10
    • No light output from black areas of the inscription or body
  • LED modules and wiring
    • LED modules must be easily and readily available
    • Must be available on short delivery
    • Must be robust and suitable for aviation purposes
    • Must operate within the current range associated with the taxiway lights (2.8-6-6A)
    • Must include surge protection
    • Must be supplied from a series isolating transformer
  • Construction
    • Capable of withstanding vibrating wind force as per Part 139 MOS
    • Frangible mounting
    • Not exceed the maximum height specified in Part 139 MOS

This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Government. This is not a request for proposals, quotes, or an invitation for bid. The intent of this notice is to identify other potential sources of this product.

To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product to ensure compatibility with the existing system. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or vague. Please do not submit company brochures.

Please submit complete information via email to Ms. Jenny Fukumae via electronic mail at jenny.g.fukumae.civ@us.navy.mil no later than 20 June 2024 at 2:00 p.m. H.S.T.  Information received after the due date/time will not be considered. Any information provided to the Government in response to this RFI will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately.

Contact Information

Contracting Office Address

  • 258 MAKALAPA DR STE 100
  • JBPHH , HI 96860-3134
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jul 05, 2024 05:55 pm HSTSources Sought (Original)