Airport Surveillance Radar (ASR) Modernization: Antenna Control Box (ACB) Market Survey Announcement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Aviation Administration (FAA) is conducting a Market Survey for its Airport Surveillance Radar (ASR) Modernization initiative. The purpose is to identify qualified industry participants capable of manufacturing, assembling, and testing Antenna Control Box (ACB) enclosures to provide a universal solution for radar systems. The FAA is also assessing the potential for participation by Small Business (SB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and 8(a) certified businesses. Responses are due by January 30, 2026, at 5:00 PM EST.
Scope of Work
The requirement involves the procurement, assembly, testing, and production of 280 ACB enclosures over an estimated two-year period. These new ACB units are essential for interfacing with future radar facility upgrades as part of the FAA’s modernization efforts, replacing legacy ACBs that are incompatible with the Brand New Air Traffic Control System. The universal ACB solution must interface with all antenna radar systems regardless of the transmitter and receiver subsystem components. Detailed technical specifications for the Universal Pedestal Electronic Control (UPEC) system, including hardware (e.g., dual system requirements for azimuth data, continuous operation, pulse generation) and software requirements, are provided in Attachment 7. Bidders must also adhere to specific assembly instructions (Attachment 4), software loading procedures (Attachment 5), and utilize components from the provided parts list (Attachment 3) and drawings (Attachment 6).
Contract & Timeline
- Type: Sources Sought / Market Survey
- Duration: Estimated two years for production
- Set-Aside: Not determined; seeking potential for SB, SDVOSB, and 8(a) participation.
- Questions/Comments Due: January 16, 2026, 5:00 PM EST
- Government Q&A Response: January 26, 2026, 5:00 PM EST
- Responses Due: January 30, 2026, 5:00 PM EST
- Published: January 8, 2026
Evaluation
Responses will be used to assess viable competition, identify qualified sources, and establish the acquisition strategy, including determining the viability for unrestricted competition. Respondents must describe their capabilities and resources, demonstrating qualifications in areas such as Government/FAA contract experience, technical expertise in electro-mechanical systems and machine controls, inventory control, supply chain management, Quality Assurance Plans (including ISO 9001 certification), and continuity testing. A Rough Order of Magnitude (ROM) for labor and shipping costs is also requested for government planning purposes.
Additional Notes
This is a market survey for informational purposes only and not a Request for Proposals (RFP). The Government will not pay for any information submitted. Proprietary information must be clearly identified. Submissions, including a completed FAA Business Declaration Form (Attachment 1) and questions via the Market Survey Comments and Questions Matrix (Attachment 2), must be sent via email to Patrick.Weare@faa.gov and Malie.P.Chhang@faa.gov. No electronic or telephone inquiries will be accepted; interested parties should monitor sam.gov for updates.