Opportunity
SAM #XTLF20-1018
Replacement of Outside Runway PAPI Systems at Vance Air Force Base
Buyer
71st Flying Training Wing Commander's Support Staff
Posted
May 05, 2026
Respond By
June 13, 2026
Identifier
XTLF20-1018
NAICS
237130, 238210, 335129, 336413
This opportunity involves the replacement and upgrade of outside runway Precision Approach Path Indicator (PAPI) systems at Vance Air Force Base in Enid, Oklahoma. - Government Buyer: - United States Air Force, Air Education and Training Command (AETC), Vance Air Force Base - Civil Engineering Design Branch - OEMs and Vendors Mentioned: - Reliance (manufacturer of LED PAPI units) - Products and Equipment Requested: - Reliance LED PAPI Style B units (part number RPB421A14S0B1001), quantity: 4 - FAA AC 150/5345-28 Type L-880(L) LED PAPI systems, quantity: 4 - 2.5KVA Ferro Resonant Constant Current Regulators (part number AP2832-2G), quantity: 2 - Plug-in High Voltage Cut-Out (SCO) Series S-1 (part number 1475.92.030), quantity: 2 - S-1 Enclosure for SCO Cutout (part number 44C1793/1), quantity: 2 - L867D Baseplate with 2-2" THD Hubs with Ground (part number 1ST20026601001), quantity: 4 - ITX-A 200W 20/6.6A 60Hz FAA L830-7 Connector Primary Complete Kit #6 L823 (part number 70A0014/CK), quantity: 8 - Light Bases (FAA AC 150/5345-42 Type L-867 or L-868) - Encapsulated Isolation Transformers (FAA AC 150/5345-47 Type (G) L-830) - Surge Arresters, Constant Current Regulators (FAA AC 150/5345-10 Type L-829), Airfield Lighting Cable (FAA AC 150/5345-7 Type L-824), Conduits and Raceways, Backflow Preventers, Bermuda Sod - Services Requested: - Removal of existing PAPI units and infrastructure - Installation of new FAA-compliant LED PAPI systems and associated electrical/civil work - Electrical trench excavation, concrete work, grading, and sodding - Quality control, safety management, environmental protection, and submittal preparation - Unique or Notable Requirements: - All equipment must comply with FAA, UFC, NFPA, IEEE, and USACE standards - Coordination for flight checks and work scheduling to minimize airfield disruption - Strict safety, environmental, and quality control measures, including warranty inspections - Extensive submittals, testing, and certifications required - Adherence to Vance AFB access procedures and Real ID identification for site visits - Period of Performance: - Contract duration not to exceed 530 calendar days; construction and mobilization coordinated to minimize airfield disruption; warranty inspections at 4 and 9 months post-acceptance - Place of Performance: - Vance Air Force Base, Enid, Oklahoma (multiple specific facility addresses) - Estimated Contract Value: - Based on scope and typical airfield lighting projects, estimated between $1,000,000 and $3,000,000 - Potential Competitors: - Other airfield lighting OEMs such as ADB SAFEGATE, Eaton Crouse-Hinds, and OCEM Airfield - Competing Products: - ADB SAFEGATE L-880/L-881 LED PAPI, Eaton Crouse-Hinds L-880/L-881 PAPI, OCEM Airfield L-880 LED PAPI
Description
This is a combined synopsis/solicitation for commerical items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.
ASRC Federal Gulf State Contructors (AFGSC) on behalf of the Government intends to issue a Full and Open Competition for the replacement of the Outside Runway Precision Approach Path Indicator (PAPI) systems located at Vance AFB. Work includes full removal of existing PAPI units, installation of new FAA-compliant LED PAPI systems, associated electrical work, grounding, testing, and all requirements contained in the specifications listed in the attached Statement of Work (SOW).
A Single Firm-Fixed Price (FFP) award will result from this solicitation if/when funding is available and/or approved. If awarded it will be determined Least Cost/Technically Acceptable to the Government.
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
This solicitation is issued as a Request for Quote.
Funding is NOT currently available for this requirement. The Government anticipates receiving funds but cannot guarantee availability or a date.
The Government and/or AFGSC reserves the right to cancel this solicitation if funding does not materialize.
Question & Answer form is attached to this solicitation. All questions must be submitted in writing using the provided form and emailed to Betty Kliewer; betty.kliewer.ctr@us.af.mil NLT May 27, 2026 at 2:00 PM Central. Any questions not submitted on the provided Q&A form, or received after the deadline, may not be answered. Responses to question will be issued via amendment on SAM.gov.
No verbal questions will be accepted during the site visit or via telephone.
Offerors shall ensure that all pricing, terms and proposal conditions remain valid through September 30, 2026 due to anticipated funding schedule. Proposals not honoring this acceptance period may be deemed non-responsive.
Submit proposals electronically to: Betty Kliewer; betty.kliewer.ctr@us.af.mil NLT June 12, 2026 at 11:00 AM CST.
Late proposals may not be considered or evaluated.
A site visit will be held on May 19, 2026 at 11:00 AM CST. Location 400 Young Rd, Bldg 200, Rm 114, Enid, OK 73705.
All visitors must comply with Vance AFB access requirements, including Real ID compliant identification and adherence to installation security procedures, along with vehicle registration and current insurance. You will need to report to the Vance Visitor Center to obtain a pass. Please notify Betty Kliewer; betty.kliewer.ctr@us.af.mil and/or Shannon Perry; shannon.perry.1.ctr@us.af.mil at least 48 hours in advance of individuals planning to arrive to ensure base acess. If they are not a citizen of the US, they will need to bring a work permit, visa, or 1-94.
No additional site visits will be scheduled.
All bidders must be actively registered in SAM.gov at the time of proposal submission and at the time of award in accordance with FAR 52.207-7. Offerors must have; An active SAM.gov registration, Valid UEI (Unique Entity Identifier) and completed representations and certifications in SAM.gov.
ATTACHMENTS:
PAPI Specifications
Q&A Form
Wage Determination
Vendor Information
Plan Drawings
Bid Form