Multiple Year Surge Protection Devices Procurement
ID: 6973GH-25-R-00145Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

FUSES, ARRESTORS, ABSORBERS, AND PROTECTORS (5920)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of Surge Protection Devices (SPDs) to replace outdated and improperly installed units within the National Airspace System (NAS). The procurement requires brand-name SPDs from RayCap, with a focus on optimizing installations at hazardous sites, ensuring compliance with FAA specifications, and delivering within a specified timeframe. Interested contractors must submit their proposals electronically by December 5, 2025, including a Contract Documentation/Cost/Price Proposal and a Technical Proposal that demonstrates understanding of the requirements and past performance on similar projects. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is Amendment 0001 to Solicitation Number 6973GH-25-R-00145, an RFP issued by the FAA Aeronautical Center. The primary purpose of this amendment is to update the NAICS Code on the front page of the Solicitation for Offers (SIR). The offer due date remains unchanged as October 1, 2025, at 1500 CT. All other terms and conditions of the original solicitation remain in full force and effect. Offers should be submitted electronically to Samantha.A.Pearce@faa.gov and must include complete solicitation documents, price information, and representations and certifications in accordance with SAM. Supporting documentation for offer prices may be requested.
    Amendment 0002 to Solicitation 6973GH-25-R-00145 modifies the acquisition competition from Total Small Business to Unrestricted, allowing both small and large businesses to submit proposals. It removes specific clauses related to "ITEM FORM, FIT AND FUNCTION," "NOTICE OF SET-ASIDE OR NONCOMPETITIVE AWARD TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS," and "CONVICT LABOR." The proposal closing date is extended to November 21, 2025, at 1700 CST. Proposals must be submitted electronically to Samantha.A.Pearce@faa.gov and include specific volumes for contract documentation/cost/price and technical proposals. Evaluation factors include "Understanding the Requirement" and "Past Performance," with strict criteria for acceptance. All other terms and conditions remain unchanged.
    Amendment 0003 to Solicitation 6973GH-25-R-00145, issued by the FAA Aeronautical Center, extends the proposal closing date from November 21, 2025, to December 5, 2025, at 5:00 PM CDT. This amendment incorporates an updated Schedule B - SPD Bid Sheet to include pricing for option years. Offerors must acknowledge this amendment and submit proposals electronically to Samantha.A.Pearce@faa.gov. Proposals must include a Contract Documentation/Cost/Price Proposal (Volume I) and a Technical Proposal (Volume II). The Technical Proposal requires narratives demonstrating an understanding of the requirement (Factor 1) and past performance (Factor 2) with at least three projects valued at $2,000,000 or more within the last three years. The award will be based on the Lowest Price - Technically Acceptable Offeror.
    The FAA-STD-019G, Section 5.7, outlines comprehensive requirements for Surge Protective Devices (SPDs) in power distribution equipment. These specifications cover application listing (UL 1449), integral unit mounting, enclosure ratings (NEMA type-12 or type-4), and accessible, hinged door hardware. Key accessories include indicator lamps with a 50,000-hour service life and sealed power entry points, prohibiting internal potting material for accessibility. Operational requirements dictate a Maximum Continuous Operating Voltage (MCOV) at least 10% above nominal system voltage, leakage current below 1 mA, and a Clamping Discharge Voltage (CDV) that does not change by more than 10% over the SPD's lifetime. Other critical parameters include overshoot voltage limits, self-restoring capability, defined operating lifetimes, and overcurrent protection. The document also details SPD equipment performance data, including surge current levels (Table 12), slope resistance (Table 13), and voltage protection ratings (Table 14), ensuring device coordination and protection across various system voltages and locations. Device failure modes are defined by changes in clamping, RMS, and DC voltages exceeding 10%.
    The "Organizational Experience Questionnaire (OEQ)" (SIR ATTACHMENT J.3, 6973GH-25-R-00145) is a critical document for the Surge Protection Devices Procurement. Contractors must complete this form, providing detailed organizational experience. The questionnaire requires information such as contractor name and address, contract/task order/purchase order number and dollar value, and the status and completion date of the project. Additionally, contractors must provide the project title, location, a detailed description of their role and responsibilities, and contact information for the project owner or manager. This form is essential for evaluating a contractor's past performance and suitability for the procurement, ensuring transparency and accountability in the selection process.
    This government file outlines the mandatory preservation, packaging, packing, marking, and labeling requirements for items, particularly for federal government RFPs, grants, and state/local RFPs. It emphasizes compliance with various standards, including ANSI-ESD S20.20 for Electro-Static Discharge (ESD) sensitive items, IATA Dangerous Goods Regulations or IMDG Code, and CFR Title 29, 40, and 49 for hazardous materials. All items must be individually packaged to ASTM D3951-15 minimums. Marking must adhere to MIL-STD-129R, including specific barcode and identification marking. Non-compliant items may be returned at no cost to the government, or the FAA may repackage and deduct costs. FAA items for repair must be returned in original or equivalent reusable containers. Fabrication of spools, reels, and coils must comply with NEMA STANDARD WC 26-2008, MIL-DTL-12000K, and MIL-STD-129R. Asset barcodes must conform to GS1 US Global Individual Asset Identifier (GIAI) standard. The document also provides sources for obtaining copies of all referenced standards.
    The document is an SPD (Surge Protective Device) BID SHEET, likely part of a federal government RFP or grant, detailing various surge protector configurations for different electrical systems. The bid sheet lists specific CLIN (Contract Line Item Number) items, each corresponding to a unique SPD for main service disconnects. These SPDs are categorized by their voltage (120/240V, 208Y/120V, 480Y/277V, 480V), phase configuration (1PH, 3PH WYE, 3PH DELTA), wire count (3W+G, 4W+G), and the number of Strikesorbs (3 or 4). Each item also includes an existing part number and a mode of protection, such as L1-G, L2-G, L3-G, and N-G, indicating the protected lines. The document specifies a Fixed-Price (FFP) contract type, a unit of
    This government solicitation, 6973GH-25-R-00145, issued by the FAA Logistics Center, is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Surge Protection Devices (SPDs). The contractor will provide necessary materials and services for the acquisition, fabrication, assembly, packaging, and delivery of SPDs. Key aspects include a base year and four option years for SPD procurement, with delivery required 90 days after order receipt. The contract emphasizes compatibility (form, fit, and function), adherence to packaging specifications (Attachment J.3), and destination inspection and acceptance. It also outlines procedures for emergency situations at the Mike Monroney Aeronautical Center (MMAC), electronic commerce and signature requirements (SHA-256 or higher), and prohibitions on using Kaspersky Lab and ByteDance (TikTok) covered articles. General contract clauses cover topics such as payments, small business utilization, Buy American Act compliance, and contractor performance assessment (CPARS). Offerors must be registered in the System for Award Management (SAM) database.
    The Federal Aviation Administration (FAA) requires the procurement of Surge Protective Devices (SPDs) to replace obsolete and improperly installed units within the National Airspace System (NAS). This project, managed by AJW-L, aims to optimize SPD installations, focusing on hazardous sites. The solicited SPDs must meet FAA-STD-019G Section 5.7 requirements, including a 200 KA single-strike peak current rating, 0.999 availability, and a 9-week delivery time. The scope includes providing specific FAA-approved equipment (e.g., RayCap/Rayvoss models) or approved equivalents with similar features. Submittals must include equipment specifications, laboratory test data, delivery lead time, and manufacturer warranties. Deliveries are to Operating Stock in Oklahoma City, OK, or a specified address.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    Acquisition of miscellaneous electrical, electronic, and mechanical/industrial products used in support of the NAS equipment maintenance, repair and overhaul activities
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors for the acquisition of miscellaneous electrical, electronic, and mechanical/industrial products to support maintenance, repair, and overhaul activities for the National Airspace System (NAS). This procurement is crucial for ensuring the operational integrity of NAS equipment and includes products necessary for the Environmental, Occupational, Safety and Health (EOSH) program. The solicitation is an extension of a previous notice and is set to close on December 6, 2025. Interested parties should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov, and note that the contract will include specific requirements regarding packaging, inspection, and compliance with various federal regulations.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals from Raytheon Company for specific spare parts related to the Patriot missile system. The procurement aims to secure pricing for parts that are not currently covered under an existing contract, necessitating a detailed proposal that includes cost data, subcontractor information, and compliance with various regulations. These parts are critical for maintaining and upgrading defense systems, particularly for operations involving the United Arab Emirates. Interested parties should note that the proposal closing date has been extended to February 6, 2026, at 4:00 PM CST, and must direct inquiries to Kimberly S. Thomas or Anna Phillips via their provided email addresses.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA under solicitation number N00383-25-R-D049. The procurement aims to ensure that the antenna systems are restored to a Ready for Issue (RFI) condition, with a desired repair turnaround time (RTAT) of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested contractors must submit their proposals by December 8, 2025, at 2:00 PM EDT, and can direct inquiries to Christian M. Markle at 215-697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) SPRRA2-26-R-0007, specifically directed to Raytheon Company, for the addition of thirteen National Stock Numbers (NSNs) to an existing contract. This sole-source procurement is critical for supporting the Patriot Missile and other defense systems, requiring firm-fixed pricing for a five-year period and detailed cost data submission. Interested parties must indicate their intent to propose within five business days and submit their full proposals by January 28, 2026, at 5:00 P.M. CST, with all communications directed to the DLA contracting team, specifically to Lewis Fournet at lewis.fournet@dla.mil or David Bennett at david.b.bennett@dla.mil.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    Repair of the Air Data Processor (ADP)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This requirement involves a Firm Fixed Price contract for the repair of 50 units of the ADP, NSN: 6610-01-432-8459FX, which is critical for the operational performance of the F-15E aircraft. The contract will include additional services such as on-site support, engineering services, and configuration management, and is set to be awarded following a sole source negotiation with Honeywell, the only known source with the necessary technical data and capabilities. Interested parties must submit their proposals electronically by January 6, 2026, at 4:00 PM EST, and can contact Madison Norris at madison.norris@us.af.mil for further information.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.