SOURCES SOUGHT
37 -- False Perches - Bird Repellant for Runway Signs
- Notice Date
- 6/15/2023 9:40:30 AM
- Notice Type
- Sources Sought
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- MRFY24BIRDREPELLANT
- Response Due
- 6/22/2023 12:00:00 PM
- Archive Date
- 07/07/2023
- Point of Contact
- Kristina B. Brannon
- E-Mail Address
-
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
- Description
- Market Research for the End User: Please provide response via email to Kristina Brannon: kristina.brannon.1@us.af.mil. Seeking manufacturers that can provide the false perch type bird repellants for runway signs: 1. Purpose: To procure secure sixty-one (61) false perch systems for Eglin�s 2/20 runway. 2. Background: In Accordance With (IAW), DAFI 91-212, paragraph 3.2.1.7.1. the BASH Program Manager will identify airfield structures used as perching sites and remove all obsolete structures; determine which type of exclusionary device is best for the different structures found on an airfield; procure and install exclusionary devices on high-use areas to include runway distance markers, ledges, rafters, signs, and other roosting and perching areas to mitigate bird utilization.� There are new, LED runway information signs that need mitigation to keep the birds from perching/roosting. 3. Requirement: �11 signs at 5'11 3/4"" x 9 3/8"" (Qty 4 Units); �23 signs at 8'11 5/8"" x 9 3/8"" (Qty 138 Units); �13 signs at 3' x 9 3/8"" (Qty 26 Units); �2 signs at 11'11 7/8"" x 9 3/8 (Qty 16 Each); �1 sign at 10'10 1/2"" x 9 3/8"" (Qty 8 Each); �10 signs at 4' x 11"" (Qty 20 Units); �1 sign a 11' x 9 3/8"" (Qty 7 Units) a. Specifications: i. Must be made of aluminum and painted or powder coated to eliminate the possibility of reflection/glare.� ii. Resistant to corrosion. iii. Be triggered/tilt when a bird that weights 20oz. or more attempts to land on the tilt, triggering the tilt to pivot thus preventing the bird from landing. iv. Be tall enough to prevent interference with the light tube caps on top of the legacy signs. v. Be designed to quickly be removed from the top of the sign to facilitate airfield lighting to conduct routine maintenance/inspections inside of the airfield sign. vi. Be large enough and capable of covering the entire surface of the runway sign though differing tilt size combinations to prevent birds from utilizing the edges of the signs to perch or seek shelter. vii. Offer an unobstructed view of the sign when the system is at rest or when activated.� viii. Capable of being tethered to the airfield information sign�s mounting post to prevent it from becoming a Foreign Object (FO) capable of damaging aircraft.� ix. Be installed on the top surface of an information sign that does not require altering the surface (no drilling) and not void the warranties on the signs themselves.� b. Remanufactured/Refurbished Products: Remanufactured items are not allowed; brand new items are being requested. 4. Warranty a. The contractor shall provide any OEM pass through warranty and standard commercial warranties applicable to the products being purchased.� 5. Installation a. Installation is not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5074c48b555475f9706b7229d52737b/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN06718253-F 20230617/230616060717 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |