6973GH-25-R-00184 - CBP RVSS-L CHITTUM TOWER TECH INSTALL - SIR
ID: 6973GH-25-R-00184Type: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a Remote Video Surveillance System (RVSS) at the Chittum Tower site in Del Rio, Texas. The project involves two phases: pre-deployment site preparation, including trenching and concrete pad construction, followed by the deployment and installation of government-furnished equipment, with a total project duration of approximately five weeks. This procurement is critical for enhancing security and operational efficiency in the Del Rio sector, and the FAA aims to award a single purchase order based on the lowest price, with a total estimated value of $50,000 to $100,000. Interested vendors must submit their completed solicitation response by 4:00 p.m. Central Time on October 31, 2025, to the designated contacts, Haylee Hildebrand and Tamara Maxwell, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Request for Quotes (RFQ) for "Tower Technology Installation Services" at the FAA Aeronautical Center in Oklahoma City. This is a 100% small business set-aside with an estimated value of $50,000-$100,000. The FAA intends to award a single, firm fixed-price contract to the lowest-priced, eligible offeror. All work must be completed within 30 days after the Notice to Proceed, with performance to begin within 15 calendar days of receiving the notice. Offers must be submitted via email to Tamara.M.Maxwell@faa.gov before the solicitation closes. Key requirements include a completed RFQ document with pricing, representations, and certifications. The solicitation details various terms and conditions, including payment schedules, warranties, inspection and acceptance criteria, and numerous incorporated clauses covering areas like conflicts of interest, false statements, site conditions, labor standards, and electronic commerce.
    This Statement of Work (SOW) outlines the re-establishment of a Remote Video Surveillance System (RVSS) site in the Del Rio Sector, TX, integrating a Video Integration Protection Enhancement Real-time (VIPER) control and display system. The contractor is responsible for providing technical services, including setup, mobilization, demobilization, materials, and equipment. The scope encompasses installing two camera suites, a camera suite mounting platform, establishing one microwave link, and connecting electrical services to the shelter. Key objectives include installing government-furnished equipment like Electro-Optical (EO) and Infrared (IR) cameras and microwave on an existing T-Mobile self-supporting tower. All trenching for electrical conduit must be performed manually, with heavy equipment strictly prohibited. The contractor must adhere to safety regulations, environmental requirements, and OSHA statutes. Deliverables include a test report, a list of barcoded items with serial numbers and locations, pictures of installed equipment and cabling, schematic revisions, and an Integrated Master Schedule (IMS). The project is anticipated to take approximately four weeks, including concrete curing time.
    This Statement of Work (SOW) outlines the installation of a new Remote Video Surveillance System (RVSS) site with integrated camera suites and control systems in the Del Rio Sector, TX. The project is divided into two phases: Phase I involves pre-deployment site preparation, including trenching, conduit installation, and concrete pad construction, which must cure for three weeks. Phase II covers deployment and final installation of Government Furnished Equipment (GFE), electrical tie-ins, microwave alignment, and system verification at the Eagle Pass North Station Command and Control Center. The contractor is responsible for all labor, tools, and equipment, adhering to strict safety protocols and environmental regulations, including a prohibition on heavy machinery for trenching. Key deliverables include a test report, a list of barcoded items, images of installed equipment, and an Integrated Master Schedule (IMS). The project is expected to take approximately five weeks, including the concrete curing period.
    This Wage Determination (No.: 2015-5303, Revision No.: 29, Date Of Last Revision: 07/08/2025) outlines minimum wage rates and fringe benefits for service contract employees in specified Texas counties (Edwards, Kinney, Real, Uvalde, Val Verde) under the Service Contract Act. It details applicable minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before and after January 30, 2022. The document lists numerous occupational categories with corresponding hourly wage rates, along with provisions for paid sick leave, vacation, and holidays. It also includes specific footnotes for computer employees and air traffic controllers/weather observers, hazardous pay differentials, and uniform allowance requirements. A conformance process is detailed for unlisted occupations.
    The Department of Transportation's Form DOT F 4220.4 is a Contractor's Release form used in federal government contracts. This document outlines the terms under which a contractor releases the U.S. Government from all liabilities and claims upon receiving payment for a contract. Key provisions include the contractor's agreement to discharge the government, its officers, agents, and employees from all obligations arising from the contract. However, specific exceptions are noted: claims with stated or estimated amounts, claims for third-party liabilities unknown at the time of release (provided timely notice is given), and claims for reimbursement of patent-related costs. The form also mandates contractor compliance with contract provisions concerning patent matters and unreleased claims, including notification and litigation procedures. For corporations, a statement from the corporate secretary is required instead of witnesses.
    This document outlines the requirements and conditions for a federal payment bond (FAA Form 4400-61), used to protect individuals supplying labor and materials for government contracts. It details the obligations of the principal (contractor) and surety(ies) to the United States, ensuring payment up to a specified penal sum. The bond is void if the principal promptly pays all persons with a direct relationship for furnishing labor or materials in the contract. The instructions clarify how to complete the form, including requirements for corporate and individual sureties, signatory authority, and the affixing of seals. The document also includes information regarding the Paperwork Reduction Act, estimating a 25-minute public reporting burden.
    The Bid Bond form (OMB Control No. 2120-0595) is a crucial document for federal government contracts, ensuring a bidder's commitment. It details the principal (bidder) and surety(ies) (guarantors) and outlines the penal sum, which is the maximum liability. The bond's conditions specify that the obligation becomes void if the principal, upon bid acceptance, executes the required contractual documents and provides additional bonds within the stipulated timeframe (60 days for acceptance, 10 days for documents/bonds if not specified). If the principal fails to do so, they are liable for any government costs exceeding the original bid. The form also allows for bid acceptance extensions up to 60 days, with the surety waiving notice. This document is essential for securing bids and mitigating risks in government procurement processes.
    The Performance Bond form, authorized for Government contracts (OMB Control No. 2120-0595), ensures that a Principal fulfills contractual obligations to the United States Government. This bond is executed by a Principal (individual, partnership, joint venture, or corporation) and one or more Sureties, binding them jointly and severally for a specified penal sum. The bond's conditions stipulate that the obligation becomes void if the Principal performs all contract undertakings, including extensions and modifications, and pays all applicable government taxes as per the Miller Act. Instructions detail requirements for filling out the form, including legal names, addresses, organizational types, and proper execution by authorized representatives and corporate seals. Corporate Sureties must be Treasury-approved, and individual Sureties require an Affidavit of Individual Surety (Standard Form 28). The document also outlines the public burden statement for information collection, estimating 25 minutes per response.
    This Statement of Work (SOW) outlines the installation of a new Remote Video Surveillance System (RVSS) site with integrated camera suites and control systems in the Del Rio Sector, TX. The project, named RVSS-L Chittum Tower Technology Installation, involves two phases: Pre-Deployment Site Preparation, including trenching, conduit installation, and concrete pad construction, and Deployment and Final Installation, covering RVSS equipment installation, electrical tie-ins, microwave alignment, and system verification at the Eagle Pass North Station. The contractor will provide all labor, tools, and equipment, adhering to strict guidelines such as manual trenching (no heavy equipment) and OSHA safety regulations. The government will provide specific materials and site drawings. The project also entails comprehensive testing, documentation of installed and removed equipment, and compliance with FAA and NEC standards. The total effort is anticipated to last approximately five weeks, including a three-week concrete curing period.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    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.
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    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.
    MARKET SURVEY - EYW ATCT (Design-Build) Tower project in Key West, FL
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) at Key West International Airport (EYW), Florida. The project, with an estimated cost between $45 million and $55 million, aims to construct a modern, resilient facility that adheres to federal, state, and local codes, particularly focusing on hurricane wind loads and floodplain protection. This initiative is part of the Infrastructure Investment and Jobs Act and emphasizes safety, operational continuity, and high-quality workmanship. Interested vendors must submit their company information, relevant experience in similar projects valued at a minimum of $10 million within the last ten years, a completed Business Declaration form, and feedback on the proposed budget by 5:00 PM ET on December 8, 2025, to Robert Higgins at robert.higgins@faa.gov. An active SAM registration is required for consideration in future government contracts.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Jet A fuel (with and without FSII) and Into-Truck Jet A fuel with FSII for Del Rio International Airport (KDRT) in Texas. The estimated total quantity required is 180,000 US gallons, with the contract period extending from the date of award through March 31, 2027. This procurement is critical for supporting the refueling needs of the Department of Defense and other government entities, ensuring operational readiness and efficiency. Proposals are due by November 6, 2025, at 5:00 PM EST, and interested vendors can contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Jamika Forde at jamika.forde@dla.mil for further information.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.