Florida Bids > Bid Detail

False Perches - Bird Repellant for Runway Signs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 37 - Agricultural Machinery and Equipment
Opps ID: NBD00159468513148269
Posted Date: Jun 15, 2023
Due Date: Jun 22, 2023
Solicitation No: MRFY24BIRDREPELLANT
Source: https://sam.gov/opp/d5074c48b5...
Follow
False Perches - Bird Repellant for Runway Signs
Active
Contract Opportunity
Notice ID
MRFY24BIRDREPELLANT
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA2823 AFTC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 15, 2023 11:40 am CDT
  • Original Response Date: Jun 22, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3740 - PEST, DISEASE, AND FROST CONTROL EQUIPMENT
  • NAICS Code:
    • 561710 - Exterminating and Pest Control Services
  • Place of Performance:
    Eglin AFB , FL 32542
    USA
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.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 850 882 5040 308 WEST D AVE BLDG 260 STE 130
  • EGLIN AFB , FL 32542-5418
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 15, 2023 11:40 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >