Tower Climbing Service for White Sands Missile Range
ID: W91151FY26MetBPAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT HOODFORT HOOD, TX, 76544, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Missile Range, is seeking qualified contractors to provide tower climbing services for the maintenance, repair, and replacement of meteorological equipment on telecommunications towers. The primary objective is to replace eight government-furnished wind birds annually and perform related maintenance on meteorological systems, sensors, cabling, and the tower itself, adhering to strict safety protocols. This opportunity is framed as a Sources Sought Notice, with the potential for a five-year Blanket Purchase Agreement not exceeding $55,000, and interested vendors are encouraged to submit their qualifications by January 19, 2026, to the designated contacts, Matthew Gaskins and Lexie Morin, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The White Sands Test Center (WSTC) Meteorology Branch seeks a qualified contractor for tower climbing and maintenance services on a 500-foot tower located on White Sands Missile Range, New Mexico. The primary purpose is to replace eight government-furnished wind birds annually, and perform other related maintenance on the meteorological systems, sensors, cabling, and tower. The project, envisioned as a five-year Blanket Purchase Agreement not exceeding $55,000, requires the contractor to have expertise in elevated work and tower climbing. The contractor must adhere to strict safety protocols, provide a safety plan for each service request, and submit a final report within five business days of completion. All work will occur on-site, with individual scopes of work and periods of performance determined for each as-needed service request.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AMPS Hi-Res EVR Testing and Consulting
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the AMPS Hi-Res EVR Testing and Consulting project at Cape Canaveral, Florida. The primary objective is to determine the Effective Vertical Resolution (EVR) of the Vaisala MW51 sounding system, which is critical for accurate wind measurements necessary for Eastern Range launches. This procurement is aimed at gathering information for market research to assess the competitiveness of the effort and potential small business set-asides, with a focus on various small business classifications. Interested parties must respond by January 5, 2026, at 12 PM MT, providing relevant company details and experience to assist in determining the best acquisition strategy. For further inquiries, contact Mitchell Carver at mitchell.carver@us.af.mil or Jonathan Graham at jonathan.graham.11@us.af.mil.
    J&A Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole source procurement for a specialized Automatic Test Equipment (ATE) system to be utilized at White Sands Missile Range in New Mexico. The required ATE must possess high current and high voltage capabilities, including the ability to provide precise voltage measurements and high-speed data acquisition across a range of voltages and currents. This equipment is critical for testing electrical and electronic properties, ensuring the reliability and performance of military systems. Interested vendors can reach out to Joyce Frost at joyce.m.frost6.civ@army.mil or by phone at 575-678-5305 for further details regarding this opportunity.
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    Repair of NSN: 5985-01-307-6290 for the UMTE Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified sources for the repair of antennas (NSN: 5985-01-307-6290) as part of the Unmanned Threat Emitter (UMTE) program. The procurement requires vendors to adhere to stringent qualification standards, including the submission of a Source Approval Request (SAR) for those not previously approved, and compliance with various reporting and documentation requirements such as the Commercial Asset Visibility Air Force (CAVAF) system. This antenna is a critical component for defense operations, necessitating high-quality repair services to ensure operational readiness. Proposals are due by January 5, 2026, and interested parties should contact Avery Irwin at avery.irwin@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL for further details.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.
    INDUSTRY PARTNERSHIP OPPORTUNITY: U.S. Army Test and Evaluation Command (ATEC) Announces Availability of Premier National Test Ranges
    Dept Of Defense
    The U.S. Army Test and Evaluation Command (ATEC) is offering an opportunity for industry partners, academia, and government agencies to utilize its premier national test ranges located in Maryland and other states. This initiative aims to streamline access to ATEC's world-class test and evaluation infrastructure, enabling partners to conduct research, development, testing, and evaluation (RDT&E) activities in unique environments that support rapid capability maturation. ATEC's facilities include specialized centers for various mission areas, such as the Aberdeen Test Center for combat vehicle testing and the Dugway Proving Ground for chemical and biological defense systems, among others. Interested parties can contact the ATEC Test Operations Division at usarmy.apg.atec.mbx.g3-5-test-ops-division@army.mil or call 1-520-672-4317 for inquiries and to discuss specific testing requirements.
    JTE Mast
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of five units of the JTE Mast (NSN: 5985-01-599-0123 FD). This procurement requires adherence to specific preservation, packaging, and marking standards, including compliance with MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking, ensuring the safe handling and identification of materials throughout shipment and storage. The JTE Mast is critical for military operations, and contractors must submit a Counterfeit Prevention Plan within 30 days of contract award, following SAE AS5553 standards. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and clarification on the solicitation process.
    IT Infrastructure for Former DOE Buildings
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the IT Infrastructure project at former Department of Energy buildings located at Kirtland Air Force Base in New Mexico. The project entails the removal and replacement of existing telecommunications cables and equipment with CAT6 cabling, installation of vertical cable raceways, and ensuring compliance with KAFB Comm Standards, as well as extensive testing and documentation of the installed infrastructure. This procurement is crucial for establishing a reliable telecommunications network that connects multiple buildings to the Department of Defense network, enhancing operational capabilities. The anticipated contract value is between $500,000 and $1 million, with the solicitation expected to be posted on or around January 2, 2026. Interested parties should contact SrA Zelena Dorudemir at zelena.dorudemir@us.af.mil or SSgt Alexander Ramsower at alexander.ramsower@us.af.mil for further information.
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    59--SHASTA CELL TOWER ELECTRICAL MATERIALS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide electrical materials for the Shasta Cell Tower project in Northern California. This Sources Sought announcement aims to identify contractors capable of supplying various electrical components, including sectionalizing cabinets, surge arrestors, and copper wire, which are essential for upgrades or new installations at the cell tower. Interested vendors are encouraged to submit capability statements detailing their experience and qualifications by 12:00 p.m. PST on December 26, 2025, to Derek H. Celedon at dceledon@usbr.gov, as the information gathered will inform the procurement strategy for this project.