This is a Solicitation for a requirement to provide Static Transfer Switches (STS) at any applicable National Airspace Systems (NAS) facilities located throughout the United States and its territories.
ID: 6973GH-25-R-00121Type: Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the provision of Static Transfer Switches (STS) at National Airspace Systems (NAS) facilities across the United States and its territories. The procurement aims to acquire Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) STS, which are critical for ensuring reliable power supply to essential equipment by switching between two power sources. The total estimated value of the contract is approximately $7.2 million, covering a base period of two years with options for four additional two-year periods, and proposals are due by June 19, 2025. Interested vendors can reach out to Edward Wright at edward.b.wright@faa.gov or (405) 954-0693 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Transportation's Statement of Work (SOW) outlines the Federal Aviation Administration's (FAA) requirements for acquiring and supporting Static Transfer Switches (STS) and associated equipment. This SOW details the need for integrated logistics support, encompassing project management, configuration management, technical assistance, testing, logistics, training, and quality control. Key aspects include comprehensive program management, strict quality control and configuration management protocols, and detailed requirements for commercial off-the-shelf equipment, including software licensing and documentation. The SOW also emphasizes extensive logistics support, covering supply, maintenance, warranty and non-warranty repairs, and Contractor Depot Logistics Support (CDLS), alongside a robust training and training support program. The overall goal is to ensure the FAA's STS program is fully supported throughout its lifecycle, with clear guidelines for contractor responsibilities and deliverables.
    The Department of Transportation's
    This government file, Attachment J.04, outlines labor category definitions for various roles within a federal contract, likely an RFP. It details responsibilities, education, and experience requirements for key positions such as Program Manager, Contractor Depot Logistics Support (CDLS) Program Manager, Training Specialist, Training Course Developer, Administrative Support, Start Up Service Technician, and Installation Technician. The document emphasizes technical proficiency, compliance with regulations, and specific experience in areas like logistics, training development, and equipment installation and troubleshooting. Many roles require a high school diploma or GED, with some demanding a four-year degree in a technical discipline or a Bachelor's Degree. Experience working with government employees is also a recurring requirement for technical and administrative support roles.
    This government file outlines various Data Item Descriptions (DIDs) for federal contracts, primarily focusing on documentation, logistics, and management for equipment and systems. Key DIDs include: DID-E001 for monitoring software/firmware interface documentation to allow the FAA to develop interfaces for remote monitoring; DID-E002 through DID-E005 for equipment data sheets, drawings, bills of materials, and electrical diagrams; DID-L001 for an Integrated Support Plan (ISP) detailing contractor logistics management; DID-L002 and DID-L003 for recommended depot and site spare parts lists; DID-L004 for a Support Equipment Candidate List (SECL) to identify necessary test and maintenance equipment; DID-L005 for a Spare Parts Peculiar List; DID-L006 for a Repair Status Report; DID-L007 for a Contractor Depot Logistics Support (CDLS) Maintenance & Contract Cost Report; DID-L008 for a Depot Level Lowest Replaceable Unit (LRU) & Associated Equipment Parts Usage List; DID-L009 for Commercial Support Documentation; and DID-M001 through DID-M005 for program plans, management reports, start-up reports, meeting agendas, and meeting minutes. Additionally, DID-Q001 covers the Quality Assurance (QA) Plan, and DID-Q002 addresses the Contractor’s Configuration Management Plan. All DIDs emphasize specific formatting, content, and submission requirements to ensure comprehensive support, maintenance, and oversight of contracted equipment and services.
    FAA-STD-028C outlines the Federal Aviation Administration's (FAA) standards for contractors developing and delivering training. This document, revised to align with current technologies and methods, emphasizes a systematic training development process across five phases: analysis, design, development, delivery, and evaluation. Key changes include the introduction of "training approaches" combining instructional media and strategy, a mandatory training development plan (TDP) based on task and skills analysis, and a new test plan deliverable reflecting an increased focus on mastery learning. The standard details contractor responsibilities for deliverables, quality assurance, and adherence to FAA requirements, including personnel qualifications, facility standards, and the use of government-furnished or contractor-furnished equipment. It also covers various training approaches like classroom, computer-based, and web-based instruction, and the validation process to ensure accuracy and effectiveness. This standard is crucial for ensuring high-quality, job-related training that complies with FAA policies and federal regulations, promoting clear communication and accountability between contractors and the government.
    The provided documents, DD FORM 1423-1, FEB 2001, outline the Contract Data Requirements List (CDRL) for a Static Transfer Switch (STS) system, detailing various data items required from the contractor. These include technical documentation like Monitoring Software/Firmware Interface Documents, Equipment Data Sheets, Equipment Drawings, Equipment Bill of Materials, and Equipment Electrical Wiring/Diagrams, with specific submission timelines tied to contract award, FAA approval, or equipment changes. The documents also cover logistics and program management, requiring an Integrated Support Plan (ISP), various spare parts lists (Recommended, Site, Support Equipment Candidate, and Peculiar), Repair Status Reports, CDLS Maintenance & Contract Cost Reports, Depot Level LRU & Associated Equipment Parts Usage Lists, and Commercial Support Documentation. Furthermore, program-related deliverables such as a Program Plan, Program Management Report, Start Up Report, Meeting Agendas, and Meeting Minutes are specified. Finally, training requirements include a Personnel Qualifications Report and a Task and Skills Analysis (TASA). Each data item specifies submission frequencies, first and subsequent submission dates, and distribution for entities like the Power Services Group, Logistics Team, and Contracting Officer, ensuring comprehensive oversight for the STS project.
    The CDLS Vendor Guide (Revision A1) outlines the procedures for vendors to access and utilize the Aeronautical Center Contractor Depot Logistics Support System (CDLS), an Internet-based platform for ordering, shipping, and tracking equipment for the FAA Logistics Center. The guide details requirements for vendor access via AccessAML, emphasizing the use of Microsoft Internet Explorer. It also specifies vendor responsibilities, including monitoring the CDLS website for orders, processing shipments according to priority levels (24, 48 hours, or 8 calendar days), recording shipping and return information, and ensuring data accuracy before invoicing. The document provides step-by-step instructions for requesting CDLS access, logging into AccessAML, viewing and opening orders, understanding the order information screen, adding new shipments, clearing due-ins for Exchange and Repair (E&R) items, adding and viewing remarks, and exporting order lists to Excel. This comprehensive guide ensures vendors can effectively manage supply support activities within the CDLS web application.
    The document outlines a Past Performance Questionnaire (PPQ) for a Federal Aviation Administration (FAA) multi-year Static Transfer Switch (STS) contract. The questionnaire is designed to assess an Offeror's past performance, which is deemed crucial for the acquisition. It defines a rating system from 'Excellent' (4) to 'Poor' (0) and instructs respondents to provide narrative explanations for any marginal, poor, or 'Yes' ratings. The PPQ covers various aspects of performance, including project management, logistics, contractor depot logistics support, and training. It also requests general information about the contract being assessed and asks for a recommendation on awarding a similar contract to the Offeror. The document emphasizes that the completed questionnaire is procurement sensitive and for official use only, with instructions for submission to the FAA by a specified date.
    ATTACHMENT J.08 outlines the performance specification compliance for Static Transfer Switches (STS) within government RFPs. The document details environmental requirements such as storage and operating temperatures, humidity, altitude, noise, magnetic fields, seismic activity, and RF fields. Key sections cover general STS requirements, including switch logic operation, input selection, voltage/current sensing, transfer time, fault handling, and phase/neutral transfer. Detailed adjustments for phase angle, over/undervoltage, and overload conditions are specified. The document also addresses controls (e.g., lamp test, reset, source selectors), indicators (e.g., source availability, load status, retransfer), communications (Modbus RTU, auxiliary contacts), and cooling requirements (media, fans, filters, over-temperature detection). Additionally, it provides specific electrical and mechanical requirements for 208-volt and 480-volt STS units with integral bypass cabinets, covering inputs, outputs, overload capacity, and physical configuration. The document concludes with explanations for deviations, exceptions, and surpass ratings.
    This government file details a 10-year contract, divided into a 2-year base period and four 2-year options, for Solid State Static Automatic Transfer Switch (SSSATS) equipment and related services. The total estimated value of the contract is $7,235,829.79. The base period is valued at $1,311,622.62, with subsequent option periods increasing in value. The contract includes provisions for SSSATS delivery, training development, program management, special engineering, travel, and Contractor Depot Logistics Support (CDLS). While the equipment itself is listed at zero cost per unit, the significant costs are associated with delivery services (CR) and other services (NTE) such as training development, program management, special engineering, and travel. The cost breakdown by pricing type for each period consistently shows 0% for FFP and LH categories, with CR and NTE categories accounting for approximately 42% and 58% of the costs, respectively.
    The Department of Transportation’s Statement of Work (SOW) outlines the acquisition and life cycle support for Static Transfer Switches (STS) required by the Federal Aviation Administration (FAA). This SOW details the contractor's responsibilities for project management, configuration management, technical support services, training, and logistics for STS and related equipment. The FAA intends to use Commercial Off-The-Shelf (COTS) STS for enhanced power management to critical systems. Key elements include program management roles, quality control measures, software quality assurance, and integrated logistics support to ensure operational efficiency. The contractor must provide extensive documentation, including equipment data sheets, maintenance reports, and spare parts lists, along with warranty and non-warranty repair services. Further, the document specifies conference requirements for stakeholder engagement, emphasizing successful coordination during the installation and support phases. The detailed requirements address maintenance, operational support, and logistics management strategies necessary to facilitate the effective acquisition and implementation of the STS. Ultimately, the SOW aims to establish a clear framework for accountability and performance within the FAA's infrastructure improvement initiatives, ensuring safety and reliability in national airspace operations.
    The Department of Transportation has outlined specifications for Static Transfer Switches (STS), detailing the electrical and mechanical requirements critical for their operation and reliability. The STS units must meet industry standards, including those set by Underwriters Laboratories, the National Electrical Manufacturers Association, and the Federal Aviation Administration, ensuring safety and compliance. Designed for varied environmental conditions, these switches must operate within specific temperature ranges, humidity, and altitude limits, while generating minimal audible noise. Key functionalities include automatic source selection, voltage and current sensing, and fast transfer response times of less than one-quarter cycle to ensure uninterrupted power supply. Critical adjustments such as overvoltage and undervoltage settings are specified, enhancing operational flexibility. The document emphasizes robust controls for user access, fault management, and progress indicators to ensure that the switch's performance aligns with the needs of critical load applications. Overall, the specifications demonstrate the government’s efforts to procure reliable STS units that enhance power management and maintain operational integrity, reflecting an emphasis on safety, efficiency, and adaptability in federal and state infrastructure projects.
    The government document outlines labor category definitions for various positions related to a federal project, specifically focused on Contractor Depot Logistics Support (CDLS) and associated tasks. The main roles described include Program Manager, CDLS Program Manager, Training Specialist, Training Course Developer, Administrative Support, Start-Up Service Technician, and Installation Technician. Each role has specific responsibilities, such as managing contract compliance, executing training programs, providing administrative assistance, and performing equipment installation and maintenance. Education and experience requirements vary, from high school diplomas to bachelor's degrees, with relevant field experience often highlighted as crucial. This structure ensures that qualified personnel are available to meet the technical and administrative needs of the government project, supporting logistics, training, and equipment operations. Overall, the document serves to define the required labor categories for a clear understanding of role expectations in alignment with government requirements, aiding in the contracting process and ensuring effective program execution.
    The document outlines various Data Item Descriptions (DIDs) that detail the requirements for contractors working with the Federal Aviation Administration (FAA). Each DID addresses specific deliverables essential for the management and operation of Static Transfer Switch (STS) systems. Key elements include software documentation for monitoring system interfaces (DID-E001), equipment specifications (DID-E002 to E005), an Integrated Support Plan (DID-L001), and maintenance-related reports (DIDs L002 to L007). The purpose of these DIDs is to ensure contractors provide comprehensive data and documentation, including equipment data sheets, drawings, bills of materials, wiring diagrams, and support equipment lists. Each item must adhere to formats approved by the FAA and includes detailed preparation instructions. The document emphasizes the need for clarity, structure, and compliance with established guidelines to facilitate efficient contract execution and monitor contractor performance. The overarching goal is to support effective logistics management, maintainability, and operational readiness of FAA systems. This framework ultimately aids in the evaluation of contractor capabilities and delivery of quality services in the aviation sector.
    The FAA Standard 028C outlines the systematic training development process for contractors providing training to FAA personnel. Its purpose is to ensure effective training delivery through established procedures and clear communication between contractors and the FAA. This standard presents various phases of training development, including analysis, design, development, delivery, and validation. Key deliverables, such as the Training Development Plan (TDP) and various Data Item Descriptions (DIDs), guide the development process. The document emphasizes the importance of conducting task and skills analysis to identify necessary training, establishing a range of training approaches (classroom, web-based, etc.), and validating training materials at different stages. The FAA mandates the inclusion of safety protocols, and contractors must ensure that instructional materials are free of copyright restrictions. Furthermore, roles are clearly defined for FAA personnel including Contracting Officers and Technical Training Advisors. Overall, the standard aims to promote high-quality, traceable, and effective training tailored to FAA requirements, while ensuring compliance with federal regulations.
    The document is a detailed Contract Data Requirements List (CDRL) associated with the procurement of Static Transfer Switches (STS) through a government contract. Each data item is categorized according to its specific requirements, including documents such as the Software/Firmware Interface Document, Equipment Data Sheets, and Integrated Support Plans. The contractor must submit these items in accordance with prescribed timelines following contract award or changes to specifications. Key items include a one-time submission of the Software Interface documents 20 days post-award, Equipment Data Sheets within 30 days after FAA approval for new configurations, and continual updates of Bill of Materials whenever changes occur. Additional documents like Repair Status Reports, Quality Assurance Plans, and various training reports are mandated on regular schedules (e.g., quarterly, monthly) or upon significant events like equipment changes. This CDRL plays a vital role in contract management by ensuring compliance with contractual obligations, facilitating communication, and allowing for systematic oversight of deliverables related to the delivery and support of STS systems. The structured approach enhances project coordination and accountability, reflecting the government's commitment to maintaining high standards in procurement processes.
    The CDLS Vendor Guide (Revision A1) serves as a manual for vendors interacting with the Aeronautical Center Contractor Depot Logistics Support System (CDLS), which facilitates requisitioning, ordering, and tracking within the FAA Logistics Center. It outlines the necessary requirements for vendors, including the establishment of an active account in AccessAML to gain access to the CDLS website. Key components include monitoring order priorities, recording shipping information, and ensuring accurate order processing before invoice submission. The guide provides detailed instructions for accessing CDLS, logging in, viewing orders, adding shipment data, and entering remarks, emphasizing the systematic approach vendors should take to manage their orders efficiently. Additionally, it encompasses functionalities such as exporting order lists to Excel and printing order details. By adhering to the guidelines, vendors will streamline their interactions with the CDLS, ensuring compliance with FAA standards. The purpose of this guide is to improve operational processes for vendors while aligning with federal procurement practices and supporting logistics management for various government supplies.
    The document is a Past Performance Questionnaire for a proposed multi-year Static Transfer Switch (STS) contract with the Federal Aviation Administration (FAA). It emphasizes the importance of assessing the past performance of the Offeror to inform the decision-making process. The questionnaire includes rating criteria ranging from "Excellent" to "Poor," addressing various aspects of project management, logistics, and training support. Respondents are asked to evaluate the Offeror's ability to provide trained personnel, logistical support, technical assistance, and training services. The survey solicits both quantitative ratings and qualitative comments for any performance rated as "Marginal" or "Poor." Additionally, there are sections to recommend others for feedback and to gauge the overall recommendation for granting a similar contract to the Offeror. Overall, the document serves as a formal tool for gathering critical performance data about the Offeror's past dealings relevant to the STS contract, ensuring adherence to procurement standards and assisting the FAA in selecting a competent contractor.
    The document outlines the compliance specifications for Static Transfer Switches (STS) within the context of government RFPs and grants. It details environmental requirements, including storage and operating temperatures, humidity, noise levels, magnetic fields, seismic considerations, and radio frequency fields. The general operational requirements for STS include switch logic operations, voltage and current sensing, and control adjustments for various fault conditions. Specific provisions are cited for indicators, communication protocols, and cooling requirements. In terms of electrical specifications, the document provides details for 208 and 480-volt configurations, highlighting mechanical configurations, inputs, and outputs pertinent to both voltage types. The compliance review examines deviations and exceptions to standards, ensuring adherence to necessary performance specifications. This document is essential for ensuring that procurements meet governmental criteria for functionality and safety in electrical systems, reinforcing the importance of reliable power management in critical systems. Overall, it serves as a technical guideline to evaluate proposals or grants concerning STS equipment, promoting standardization across federal and state projects.
    The document outlines a multi-year government procurement contract aimed at acquiring Solid State Static Automatic Transfer Switches (SSSATS) and associated services. The contract spans an initial two-year base period, extendable through four additional two-year options, totaling up to ten years. It comprises various cost lines (CLINs) detailing item descriptions, estimated quantities, unit pricing, and total projected costs, although all monetary values are currently marked as zero. Key components include SSSATS across different specifications, installation services, training offerings, and project management support. The document emphasizes the necessity for technical support and logistical management under the Contractor Depot Logistics Support (CDLS) program, adhering to FAA regulations and ensuring the successful implementation of the required equipment and services. In addition, the contract will support ongoing training and administrative functions, enabling effective project execution and compliance with procedural standards. The comprehensive nature of this procurement highlights the government’s commitment to maintaining operational capabilities through reliable equipment and extensive service support over an extended contract duration.
    The document outlines a comprehensive federal contracting opportunity spanning a potential ten-year period, consisting of multiple two-year contract options. It focuses on the procurement of Solid State Static Automatic Transfer Switches (SSSATS), related services, and logistical support. The proposal includes pricing details for numerous equipment items, installation services, factory training, and ongoing support, articulated through various Contract Line Item Numbers (CLINs). Offerors must provide a detailed breakdown of their proposed profit, overhead, and general administrative rates, along with a narrative justification. The emphasis on clarity in pricing and responsiveness underlines the competitive bidding process characteristic of federal RFPs, ensuring transparency and accountability. The document stipulates the need for bidders to plan for extensive travel and support services, adhering to FAA guidelines. The purpose of this procurement initiative is to engage qualified contractors in providing essential systems and technical assistance, crucial to the operational efficiency of government facilities. The overall structure prioritizes clarity in bid submissions and mandates detailed financial disclosures from bidders to facilitate informed decision-making by procurement officials.
    The document is an amendment to a government solicitation/modification of a contract, specifically detailing changes to the proposal timeline for Contract ID 6973GH-25-R-00121. The primary purpose is to extend the proposal due date from May 19, 2025, to June 12, 2025. All other terms and conditions of the original contract remain unchanged and in full effect. The document outlines necessary administrative details, including the identification of the contracting officer, contractor, and relevant dates and codes. The structured format includes sections for proposal instructions, modification particulars, and contact information, ensuring that all essential information is communicated clearly for compliance and acknowledgment by the bidders. The amendment signifies the government's flexibility in allowing more time for proposals, reflecting an ongoing commitment to thorough and complete submissions in the solicitation process.
    The document is an amendment/modification of a federal solicitation or contract, specifically referenced as Amendment No. 0002, with an effective date of April 18, 2025. It pertains to the FAA's acquisition processes and provides crucial updates related to Request for Information (RFI) responses. The contractor involved is identified, along with terms regarding acknowledgment of the amendment prior to the submission deadline. Key changes include the incorporation of FAA documents "FAA-C-1217H Chg 2" and an attachment (REV1_10 STS Section J, J.01 SOW), which outlines the scope of work. The purpose of this amendment is to ensure that all parties are updated and to clarify contract terms and conditions while affirming their continuing applicability. The amendment indicates that the base year and multiple option years are included, noting details on period of performance. Overall, the amendment serves to maintain contract compliance and transparency in government procurement processes.
    The document outlines the amendment of a solicitation for contracting services regarding the STS equipment and support services for the Federal Aviation Administration (FAA). It provides essential guidance for prospective offerors on submission procedures, requirements for various proposal volumes, and the evaluation process. The amendments detail specific technical specifications related to packaging, marking, and performance expectations, emphasizing compliance with standards. Offerors are required to submit proposals divided into four volumes: Volume I covers the offer and administrative documents; Volume II addresses technical design and support services; Volume III details past experience and key personnel; and Volume IV serves as the price proposal. Each section specifies page limits and information to be included, particularly stressing that no pricing details should appear in the earlier volumes. The document also mandates adherence to submission deadlines and outlines potential repercussions for non-compliance. In summary, this solicitation amendment serves as a comprehensive guide for bidders, ensuring that the proposals meet the stringent requirements necessary for successful FAA contracting, with a focus on quality, transparency, and thoroughness in submissions.
    The document outlines an amendment to solicitation number 6973GH-25-R-00121, issued by the FAA Aeronautical Center, which modifies a contract in response to questions raised by potential contractors. Key amendments include clarifications regarding General and Administrative (G&A) overcharge rates, stating that these rates will be established at the task order level and will not be accepted unilaterally during the contract period, including options. It further delineates the contractor’s responsibilities would only include training development in the base year, with subsequent periods reserved for instructor-led training under future task orders. Changes in contract clauses concerning travel and per diem, as well as the consolidation of certain sub-CLINs, are also specified. This document serves as an essential update to facilitate compliance and ensure clearer expectations from contractors regarding pricing structures and task deliverables throughout the contract duration. Overall, it emphasizes the importance of adhering to specified administrative guidelines while supporting the FAA's training objectives.
    Amendment 0005 to Solicitation 6973GH-25-R-00121, effective June 3, 2025, modifies the original solicitation by adding a crucial definition for “Deficiency.” This addition aims to enhance clarity and consistency in the evaluation process for Volume II, Technical Factors 1 and 2. The amendment specifies that proposals will be evaluated for viability, substantiation, and realism, identifying deficiencies, strengths, weaknesses, and risks. The new definition clarifies that a “Deficiency” is any aspect of a proposal, including a lack of requested information, that fails to meet solicitation requirements. Other defined terms include “Strength,” “Weakness,” and “Risk,” providing a comprehensive framework for proposal assessment. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This modification ensures precise evaluation criteria for prospective contractors.
    The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for an Indefinite Delivery/Indefinite Quantity (IDIQ) task order contract focused on aviation-related supplies and services. It specifies a base period of performance lasting 24 months, with options for four additional periods, making the total potential duration ten years. The government guarantees a minimum order of $5,000 during the base year, while individual task orders may reach a maximum of $4,000,000. Key components include the requirement for contractors to provide all necessary supplies, services, and transportation in compliance with FAA specifications. The document emphasizes packaging, inspection, and acceptance criteria, as well as delivery requirements, including inside and ground-level delivery options. It also details the invoicing process, specifying necessary documentation for payment and compliance with federal regulations regarding lobbying activities and contractor responsibilities. Additionally, the document stresses the importance of confidentiality regarding data and the necessity for ongoing training related to records management. Overall, this RFQ encapsulates FAA's commitment to ensuring high standards in procurement processes for aviation services while maintaining regulatory compliance and operational integrity.
    The document, SIR No.6973GH-25-R-00121, details a series of questions and answers related to a government solicitation for Static Transfer Switches (STS) equipment and associated services. The inquiries cover various aspects of the Request for Proposal (RFP), including clarifications on Statement of Work (SOW) paragraphs, CLIN (Contract Line Item Number) descriptions, technical specifications for STS units (e.g., pole configurations, dimensions, maintenance access), and installation requirements. Proposers also sought information on administrative matters such as proposal submission deadlines, funding details, naming conventions, and acceptance of alternative submission methods or branding. The responses from the government clarify ambiguities, correct typos, provide specific documentation references (e.g., FAA-C-1217), and confirm requirements related to contractor qualifications, material sourcing (e.g., Buy American Act waiver), and scheduling. Key clarifications include the distinction between STS with enclosure (CLIN 0001/0001A) and enclosure-only (CLIN 0003/0003A), the correction of hours for CLIN 0004C, and the removal of MIL SPEC for packaging, along with an update to equipment change notification requirements.
    The document pertains to SIR No.6973GH-25-R-00121, addressing various inquiries related to a government solicitation for a Static Transfer Switch (STS) and related services. Key clarifications sought include the relationship between Contract Line Item Numbers (CLINs) and the Statement of Work (SOW) paragraphs, corrections to CLIN descriptions, facility dimensions for STS installation, and the status of FAA-required documentation for contractors. Notably, it discusses distinctions between certain CLINs concerning enclosures and bypass options. The document confirms the extension for proposal submissions to June 12, 2025, outlines an expected authority to proceed date tied to formal delivery orders, and specifies the waiver of the Buy American Preferences under certain conditions. It establishes the contract's minimum quantity order and maximum funding amounts, guiding potential bidders in their proposal preparations to adhere strictly to the established formatting and content requirements. Overall, this document serves to provide detailed clarification to potential contractors about their obligations and technical requirements for compliance and proposal submission.
    The document pertains to SIR No. 6973GH-25-R-00121, focusing on inquiries related to a Statement of Work (SOW) and associated Contract Line Item Numbers (CLINs) connected to a contract involving Static Transfer Switch (STS) equipment installation and support. Key topics addressed include clarifications on CLIN descriptions, required qualifications for installation contractors, and compliance with FAA documentation and Buy American Act requirements. Regarding the current contract holder's warehouse size, it was noted to be approximately 1,000 square feet as specified in the previous contract's SOW. Various technical specifications and rectifications of potential typos were requested, emphasizing dimensions and access requirements for equipment. The document also inquires about extensions for proposal submissions and defines expectations for the awardee, including labor categories and installation responsibilities. Responses from the FAA clarified the necessary standards and provided information on the expected approach regarding contractor performance, delivery schedules, and documentation required for compliance. The FAA reiterated that performance authority would only begin upon issuing a formal task order, and emphasized the importance of a thorough understanding of the proposal requirements to ensure compliance and successful execution of the contract.
    This document, FAA-C-1217H Chg 2, outlines the minimum installation requirements for electrical wiring within Federal Aviation Administration (FAA) facilities, buildings, structures, yards, and parking lots. Superseding FAA-C-1217H Chg 1, dated January 5, 2021, this specification augments national and international codes like the National Electric Code (NEC) to ensure installations are not only safe but also efficient and adequate for FAA mission needs. It covers general requirements such as grounding, safe work practices, power systems analyses, lightning protection, harmonics control, and quality assurance. Detailed requirements address electrical surge protection, wiring methods (including conductor routing, separation, neutral conductors, and various raceway systems), boxes, wiring devices (receptacles, switches), service equipment, panelboards, safety switches, cabinets, motors and controls, dry-type transformers, equipment identification, fuses, lamps, lighting fixtures, and signal and communications systems. The document emphasizes that FAA grounding requirements often exceed NEC standards and provides specific guidance for facility-specific requirements, such as those for Air Route Traffic Control Centers (ARTCC) and Terminal Radar Approach Control Facilities (TRACON).
    The FAA Construction Specification FAA-C-1217H Chg 2 outlines the minimum requirements for electrical work, specifically focusing on premises wiring within FAA facilities, including buildings and outdoor areas. It emphasizes compliance with both safety codes, such as the National Electric Code (NEC), and performance standards tailored to meet the unique needs of FAA operations, particularly at critical facilities like Air Route Traffic Control Centers (ARTCC). Key areas of the specification cover grounding practices, safe work procedures, and thorough testing protocols for electrical installations. Special attention is given to grounding, surge protection, conductor types, and installation methods, ensuring an operationally efficient and safe electrical system. The document also references applicable government and industry standards while detailing facility-specific requirements. The intent of the specification is to ensure that not only are installations hazard-free but also sufficiently robust to support the FAA’s mission, thereby promoting safety and reliability in all electrical work conducted under FAA contracts and state or local RFPs.
    The Department of Transportation's Federal Aviation Administration (FAA) requires a contractor for the acquisition and life cycle support of Static Transfer Switches (STS) and associated equipment. This Statement of Work (SOW) outlines requirements for project management, configuration management, technical support, test and evaluation, logistics, training, and quality control. Key aspects include providing all necessary equipment, engineering, maintenance/operator training, spares provisioning, and documentation. The contractor must develop and implement programs for quality control, software quality assurance, integrated logistics support (ILS), and Contractor Depot Logistics Support (CDLS), including warranty and non-warranty repairs, supply support, and training. The SOW emphasizes the use of Commercial Off-The-Shelf (COTS) equipment and outlines detailed requirements for data rights, documentation, and specific delivery priorities for replacement parts. Numerous conferences and reports are mandated to ensure effective program oversight and compliance.
    The Federal Aviation Administration (FAA) requires a Statement of Work (SOW) for the acquisition and lifecycle support of Static Transfer Switches (STS) and associated equipment. This document outlines the necessary project management, technical support, logistics, training, configuration management, and quality control measures. The FAA emphasizes the procurement of Commercial Off-The-Shelf (COTS) equipment to optimize efficiency. Key elements include the contractor's responsibilities for program management, which mandates designated personnel with relevant experience, and the development of a comprehensive Program Plan. Additional requirements cover logistics support, including Supply Support and Integrated Logistics Support (ILS) to ensure operational functionality. The SOW details the need for comprehensive reporting, maintenance, and repair services, along with training support for FAA technicians. Additionally, it highlights the importance of quality assurance and the critical role of documentation, such as the recommended spare parts list and equipment data sheets, to facilitate effective lifecycle management. Overall, this SOW is a structured guideline aimed at ensuring that acquired STS equipment meets operational demands while supporting FAA's commitment to maintaining critical infrastructure.
    This government file outlines the evaluation factors and process for awarding a single contract for Static Transfer Switch (STS) equipment and services to the FAA. The award will be based on a "best value" determination, considering technical quality, past performance, and total evaluated price, with technical and past performance being more important than price. The evaluation involves a three-phase approach: a compliance review (Phase I), a "down-select" determination based on past experience and personnel (Phase II), and a final assessment of remaining proposals (Phase III). Proposals must be complete and adhere to all requirements; incomplete or non-compliant proposals may be eliminated. The FAA reserves the right to make a single award, multiple awards, or no award, and to conduct communications with offerors as needed. The final contractor must also pass a responsibility determination based on financial resources, performance history, ethics, and other criteria. Volume II (Technical) and Volume III (Past Performance, Key Personnel, Relevant Experience) are equally important and more important than Volume IV (Cost/Price).
    Similar Opportunities
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Selfridge ANG (Detroit MI) Electrical Installation
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of electrical service at Selfridge Air National Guard Base in Michigan, specifically for a Remote Surveillance System – Maritime (RSS-M) project sponsored by U.S. Customs and Border Protection (CBP). The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to install the electrical infrastructure, including a 100A 240 VAC single-phase fusible safety disconnect switch, grounding, and conduit, while adhering to all relevant regulations. This temporary installation is crucial for enhancing surveillance capabilities and will be removed as requirements change. Interested contractors must submit their quotations electronically by January 7, 2026, and can contact Raymond Lena at raymond.a.lena@faa.gov for further information.
    43--STATOR ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure a Stator Assembly, identified by NSN 7H-4320-011070470, with a quantity of three units. This procurement is critical as it involves specialized components for military applications, and the government does not possess the necessary drawings or data rights to source this item from alternative suppliers, making it essential to engage with qualified vendors. Interested parties are encouraged to express their interest and capability to fulfill this requirement within 45 days of the presolicitation notice, with all proposals being considered by the government. For further inquiries, potential bidders can contact Steve P. Smithey at (717) 605-7751 or via email at STEVE.SMITHEY@NAVY.MIL.
    Transducer Switch A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    16--STATOR ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 65 units of the Stator Assembly, identified by NSN 1630013206510. This procurement is a Total Small Business Set-Aside, aimed at sourcing essential aerospace craft components and accessories, which play a critical role in aircraft operations and maintenance. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, with the solicitation details accessible through the DLA's online platform.