Notice of Intent to Single Source-ALSF-2 Equipment

SOL #: 5187fa1172c1473d95c4c2101d5ba624Special Notice

Overview

Buyer

Transportation
Federal Aviation Administration

Place of Performance

Portland, OR

NAICS

Other Electronic Component Manufacturing (334419)

PSC

Indoor And Outdoor Electric Lighting Fixtures (6210)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 19, 2026
2
Action Date
Feb 26, 2026, 8:00 PM

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.

People

Points of Contact

Alex SeguinPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Special Notice
Posted: Feb 19, 2026
Notice of Intent to Single Source-ALSF-2 Equipment | GovScope