THIS MARKET SURVEY IS FOR THE PROCURMENT OF SERVICES FOR THE INSTALLATION AND TESTING OF NEW TECHNOLOGY EQUIPMENT ON TWENTY-TWO (22) CUSTOMS AND BORDER PROTECTION (CBP) MOBILE SURVEILLANCE CAPABILITY – LITE (MSC-L) PLATFORMS. THIS WORK WILL ENHANCE THE CURRENT OPERATIONAL FUNCTIONALITY OF THE SYSTEMS. IT WILL ALSO ALLOW THE OPERATING SYSTEM TO BE COMPATIBLE WITH WINDOWS 11. THIS PROCUREMENT WILL BE PROVIDED TO THE FEDERAL AVIATION ADMINISTRATION (FAA) IN SUPPORT OF THE DEPARTMENT OF HOMELAND SECURITY’S (DHS) CUSTOMS AND BORDER PROTECTION AGENCY (CBP).
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.
This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for the procurement of installation and testing services. This procurement will allow the Federal Aviation Administration Logistics Center’s (FAALC) technical team to collaborate with a commercial entity for the installation of several system enhancements to the currently deployed MSC-L platforms. There are approximately twenty-two (22) deployed systems in southern Texas that will require this system enhancement. Additional details such as expected deliverables and Government furnished equipment are annotated in the accompanying draft statement of work (SOW).
At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran- owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The procurement strategy will be based partly on the results received from this market survey.
The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing required services. Respondents to this market survey are encouraged to provide comments regarding the government’s approach to this requirement.
This market survey is also being conducted to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms.
Interested vendors are required to submit a copy of their SBA 8(a) certification letter, if applicable.
Each vendor should include the following information along with their submission:
- Capability Statement - This document should identify:
- Previous history of your firm successfully fulfilling similar technology enhancements as listed above and within the draft SOW.
- Previous contracts with partners successfully fulfilling all requirements as listed. (elaborate on the contract dollar amount and provide detailed information and past performance).
- Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for providing the requested services within stated parameters. This should include the percentage of activity that will be done by eligible small, service- disabled veteran-owned and 8(a) certified businesses.
All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on November 5th, 2025.
The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: jason.m.perry@faa.gov
Please include Market Survey Response: “Mobile Surveillance Capability – Lite System New Capabilities Installation and Testing” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.