Notice of Intent to Single Source-ALSF-2 Equipment
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) has issued a Notice of Intent to Single Source for the procurement of Approach Lighting System with Sequenced Flashing Lights (ALSF-2) Equipment to be installed at Portland International Airport (PDX). The FAA intends to award contracts to ADB Safegate Americas LLC, O.C.E.M. Acquisition Corp, and New Bedford Panoramex (NBP) Corporation for specific certified equipment. Industry firms that disagree with this single-source determination must provide evidence of their capabilities and FAA approvals by February 26, 2026.
Scope of Work
This procurement covers specific ALSF-2 equipment models, which are the only ones currently certified and allowed by the FAA for new system deployments into the National Airspace System (NAS). The intended awards are for:
- Type FA-32000/3 Semi-Flush Flashers and supporting equipment from ADB Safegate Americas LLC, certified to FAA-E-2998.
- Type FA-23000/1, FA-23000/2, and FA-23000/3 Semi-Flush Steady Burning Lights and supporting equipment from O.C.E.M. Acquisition Corp, certified to FAA-E-2952.
- Type FA-10700 ALSF-2 with supporting equipment and services from New Bedford Panoramex (NBP) Corporation, certified to FAA-E-2689A. The FAA's decision is based on its Acquisition Management System (AMS) Policy 3.2.2.4, which permits single-source selection due to impact, standardization, and the fact that these companies are the only ones with Factory Acceptance Test (FAT) and In Service Decision (ISD) approved by the FAA for the specified equipment.
Contract & Timeline
- Type: Special Notice (Notice of Intent to Single Source)
- Set-Aside: None (single-source intent)
- Response Due: February 26, 2026, 2:00 PM CT
- Published: February 19, 2026
Evaluation
A competitive solicitation is not available for this procurement. Firms challenging the single-source determination must provide evidence of their capabilities to produce the ALSF-2 systems mentioned above, along with proof of Factory Acceptance Test (FAT) and In Service Decision (ISD) approval by the FAA. The FAA will not be liable for any costs incurred in preparing a response.
Additional Notes
All responses must be directed to Daniel Irungu at Daniel.Irungu@faa.gov.