THIS MARKET SURVEY IS FOR THE PROCURMENT OF INSTRUMENTATION TECHNOLOGY SYSTEM (ITS) CONTROLLERS. THIS IS A BRAND NAME MANDATORY PROCUREMENT OF EIGHTY-EIGHT (88) OF THESE CONTROLLERS FOR SUPPORT OF THE CUSTOMS AND BORDER PROTECTION REMOTE VIDEO SYSTEM LEGACY (RVSS-L) TOWER SURVEILLANCE PROGRAM. THIS PROCUREMENT IS AN END-OF-LIFE BUY FOR THESE CONTROLLERS AND WILL HELP TO ENSURE CONTINUED SYSTEM OPERATION OVER THE NEXT FEW YEARS. THIS PROCUREMENT WILL BE PROVIDED TO THE FEDERAL AVIATION ADMINISTRATION 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 that is for information and comments from industry that will aid in the formation of an acquisition strategy for the purchase of eighty-eight (88) ITS Controllers (Part Number 6125DE2-DC24D). This procurement will provide the Federal Aviation Administration Logistics Center (FAALC) with much needed spare controllers to aid in providing supply support sustainment to the CBP RVSS-L program. These controllers have been tested, approved and currently deployed on the U.S. southern border.
The Federal Aviation Administration (FAA) is looking to procure the items and quantities as shown in the table below. This item is for the Customs and Border Protection (CBP) Remote Video Surveillance System Legacy (RVSS-L) program.
Part Number: 6125DE2-DC24D
Description: ITS Controller for CBP RVSS-L
Quantity: 88
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 the required kit. 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:
- Order fulfillments by your firm for the same material that is being requested within this market survey.
- Previous contracts and awards for the procurement of these items (elaborate quantities, dollar amounts and provide detailed information and past performance).
- Number of years in business.
- Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for providing the requested material 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 May 23rd, 2025.
The FAA requests that all submittals, including attachments, be submitted electronically to the following: Email: Tamara.M.Maxwell@faa.gov
Please include "Market Survey Response: “6973GH-25-RFI-00011 - CBP RVSS-L ITS Controller – MARKET SURVEY” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.