Power Systems Design & Install 2
ID: 6973GH-26-R-00018Type: Presolicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, reference number 6973GH-26-R-00018, for Power Services Design and Installation (PSDI) MA-IDIQ Contract - Follow-on Requirement, partially set aside for small businesses. The contract has a four-year base period and two three-year option periods, potentially totaling ten years. It covers firm-fixed-price services including CONUS and OCONUS site visits, site survey reports, engineering design services, and installation services. The contract specifies a guaranteed minimum of $10,000 per awarded contract for the base period and a maximum of $15,000,000 per task order. Key sections detail contract type, pricing, scope of work, packaging, inspection, delivery, contract administration, and special requirements such as performance bonds for task orders exceeding $150,000. It also includes various Federal Aviation Administration (FAA) clauses and provisions related to emergency situations, definitions of terms, payment procedures, and contractor responsibilities at FAA facilities, with specific instructions for invoicing and task order processing on this multiple award contract.
    The document appears to be a highly technical government file, likely related to an RFP, grant, or state/local project, characterized by numerous alphanumeric codes and symbols. The content seems to detail various components or requirements, possibly for different systems or phases of a project. Due to the heavily encoded nature of the text, a precise summary of its subject matter is challenging. However, based on recurring patterns like "599" and "7", alongside references to "reporting," "inspection," and "system elements," it is probable that the document outlines specifications, compliance criteria, or operational guidelines for a complex technical undertaking within a government context. It could pertain to infrastructure, IT, or a similar field requiring stringent adherence to predefined standards and reporting protocols.
    This government file outlines requirements for various systems, including sprinkler, mechanical, plumbing, and fire suppression systems, within a federal context. It details aspects such as system design, installation, and maintenance, emphasizing compliance with established standards. Key areas covered include requirements for electrical systems, fire alarms, and security, alongside guidelines for environmental safety and general construction practices. The document also touches upon administrative procedures and quality control, ensuring adherence to project specifications. This comprehensive framework is designed to support infrastructure projects, ensuring safety, efficiency, and regulatory compliance across government facilities.
    This government file outlines the Contract Data Requirements List (CDRL) for a federal contract related to Power Systems Design & Installation (PSDI) for the National Airspace System (NAS) Power Services Group (AJW-22). It details five data items: a Program Plan (M001), a Program Management Report (M002), a Site Survey Report (E001), Design Documents (E002), and Site Preparation and Installation Documents (E003). Each data item specifies its title, contract reference, requiring office, frequency of submission, and distribution requirements. The Program Plan is a one-time submission due ten days after contract award, with updates as the program management structure changes. The Program Management Report is due annually, fifteen days before the program management review. Site Survey, Design, and Site Preparation/Installation documents are submitted as directed by task orders. All submissions require both hard and soft copies for distribution to specified addressees.
    This document outlines data item descriptions (DIDs) for contractors working with the NAS Power Services Group, focusing on various deliverables related to federal government RFPs, federal grants, and state/local RFPs. It details requirements for a Program Plan (FAA-M001) describing the contractor's management structure and resources, a Program Management Report (FAA-M002) for status updates on projects and task orders, Site Survey Reports (FAA-E001) for power systems work, Design Documents (FAA-E002) for engineering designs and modifications, and Site Preparation and Installation Documents (FAA-E003) for equipment installation. Each DID specifies content, format, and submission instructions, including hard and soft copy requirements in applications like MS Word, Excel, Project, AutoCAD, and PDF. The documents emphasize adherence to specific sections of the Statement of Work (SOW) and task order requirements, ensuring comprehensive and standardized submissions for all phases of power system projects.
    Attachment J.04 outlines a sample list of Government Furnished Equipment (GFE) for power services, supporting contract requirements and the Statement of Work. This equipment includes Electrical Power Distribution Equipment (EDE) from Schneider Electric/Square D, featuring switchboards, switchgear, panel boards, circuit breakers, transformers, and monitoring software/hardware with lead times varying from 1 to 12 months. Engine Generators (EG) from Rehlko, encompassing propane and diesel generators, automatic transfer switches, load banks, and mufflers, have a 12-month lead time. Static Automatic Transfer Switches (STS) from Eaton Electric, available in various voltages and amperages, also have a 12-month lead time. Uninterruptible Power Supplies (UPS) from Eaton Electric, including battery strings and bypass panels, have lead times of approximately 12 weeks. Direct Current Back-up Systems (DC BUS) from Oceus, comprising 24-volt systems, batteries, and racks, have a lead time of 60-90 days. The document notes that some equipment may experience longer lead times than listed.
    FAA Form 6010-5 (10/16) is a Contractor Acceptance Inspection (CAI) Cover Sheet that provides detailed instructions for documenting various aspects of a project. This form is used for federal government RFPs, grants, and state/local RFPs. It captures information such as the CAI number, date of inspection, Job Control Number (JCN), related Job Order Number(s) (JONs), and details about the Project Implementer, District, Systems Service Center (SSC), and Cost Center Code. The form also requires specific location identifiers, facility type, city, state, and a six-digit Facility Ident Code. Project information, including the title, contractor, contract number, and contract date, is essential. The document mandates descriptions of the project work and real property assets accepted from the contractor. It includes a section for the PI Representative or COTR to sign and date, as well as remarks and an indication of whether a punch list was completed. This form ensures comprehensive documentation and accountability for projects accepted from contractors by the FAA.
    The provided document is a comprehensive Travel Authorization Form/Travel Expense Request Form used by a government contractor for federal, state, and local RFPs and grants. It details the process for employees to request travel authorization and expense reimbursement. The form requires information such as traveler details, purpose of travel, destination, dates, and a breakdown of estimated expenses including airfare, lodging, meals (M&IE), ground transportation (metro, taxi, mileage/fuel, car rental), and parking. Key regulations include 75% M&IE for first and last travel days, adherence to official Government travel rates, and no lodging reimbursement for local travel (50 miles or less). Local travel mileage is reimbursed only for distances exceeding normal commuting. The form also mandates certifications regarding expense accuracy, funding limits, and requires approvals from a COR, CO, and Task Order Manager.
    This document outlines the requirements and conditions for a federal government Performance Bond (Standard Form 25). It details the obligations of the Principal (contractor) and Surety(ies) to the United States of America, ensuring the Principal performs all contract undertakings, covenants, terms, conditions, and agreements, including any extensions or modifications. The bond also covers the payment of federal taxes withheld from wages if the contract is subject to the Miller Act. The document provides instructions for completing the form, including legal names, business addresses, organizational types, and proper execution by authorized individuals and corporate sureties. It specifies that corporate sureties must be on the Department of the Treasury's approved list and outlines procedures for individual sureties and the affixing of seals. The form is authorized for use in government contracts, and any deviations require written approval from the Administrator of General Services. The public burden statement indicates an estimated 25 minutes per response for this information collection, which is authorized under OMB Control No. 2120-0595.
    The document is a federal payment bond form (FAA 4400-61) used to secure payment to individuals supplying labor and materials for government contracts, as required by the Act of August 24, 1935 (40 USC 270a-270e). It outlines the obligations of the Principal (contractor) and Surety(ies) to the United States of America for a specified penal sum, ensuring subcontractors and suppliers are paid. The form details sections for identifying the type of organization, state of incorporation, surety information including liability limits, and bid identification. Instructions for proper execution of the bond are provided, covering full legal names, authorized signatures, and requirements for corporate and individual sureties. Corporate sureties must be on the Department of the Treasury’s approved list. The document also includes the OMB Control Number (2120-0595) and public reporting burden statement as per the Paperwork Reduction Act.
    FAA Form 3900-18, the Pre-Construction/Installation Environmental and Occupational Safety and Health (EOSH) Checklist, is a mandatory tool for reviewing construction, installation, and non-routine maintenance activities with potential EOSH impacts on National Airspace System (NAS) operations and employees. The checklist must be completed and reviewed prior to the commencement of work and used during pre-construction meetings to assess and reassess hazards. Responsibilities for completion vary by project type, with District Office Managers, Project Engineers, FMP Managers, or Headquarters program offices taking the lead. The form details work summary information, including project description, dates, and key personnel contacts. It also includes sections for evaluating potential EOSH hazards, reviewing facility-specific procedures (e.g., asbestos, lockout/tagout, emergency plans, fire protection), identifying activity-specific hazards (e.g., chemical exposure, electrical safety, noise, excavation), and outlining control measures for identified risks. A site walk-through with relevant personnel is required to familiarize workers with the facility and potential hazards. The completed form must be reviewed by the originator, contractor, and District Office Manager or designee, and then distributed to a specified list of stakeholders, including safety and environmental compliance managers and air traffic managers, to ensure comprehensive safety planning and compliance.
    The Department of Transportation's Preconstruction Conference Agenda and Checklist outlines essential discussion points for government contracts. This comprehensive document serves as a guide for federal, state, and local RFPs and grants, ensuring all critical aspects of a project are addressed before work commences. Key areas covered include contract details, identification of government and contractor representatives, timelines for commencement and completion, and procedures for progress schedules, changes, and correspondence. The agenda also details policies on superintendence, coordination with other contractors, and the role of subcontractors. Financial aspects such as payment terms and retained percentages are included, alongside guidelines for shop drawings, inspections, and site operations. Critical discussions encompass coordination of trades, government-furnished property, material protection, and labor regulations including Equal Opportunity and the Davis-Bacon Act. Additionally, the checklist covers notices of delays, small business subcontracting programs, compliance with local regulations, and safety protocols. The document concludes with sections for notice to proceed, contract completion dates, and a certification of discussed items, emphasizing a structured approach to project initiation and management.
    The FAA-C-1217H Chg 2 specification outlines the minimum installation requirements for electrical wiring within Federal Aviation Administration (FAA) facilities, including buildings, yards, and parking lots. This document, approved for use by all FAA departments, augments national and international electrical codes like the National Electric Code (NEC) to ensure installations are not only safe but also efficient and adequate for FAA's mission needs. It details general and specific requirements for wiring methods, grounding, surge protection, power systems analyses, harmonics control, and quality assurance. The specification also covers various electrical components such as raceway systems, conductors, boxes, wiring devices, service equipment, panelboards, and lighting fixtures. Furthermore, it addresses facility-specific requirements for critical NAS operational facilities like Air Route Traffic Control Centers (ARTCC), Metroplex Control Facilities (MCF), and Terminal Radar Control Facilities (TRACON), often prescribing more stringent standards than general commercial requirements. The document emphasizes adherence to FAA-STD-019 for lightning and surge protection, grounding, bonding, and shielding, which takes precedence in case of conflict.
    The FAA-C-1391e specification outlines the minimum requirements for installing FAA-owned and maintained underground electrical line distribution (ELD) systems. This includes low-voltage (600V and below) and medium-voltage (1,000V to 34,500V) power cables, whether directly buried or in ducts. The specification covers surveying, trenching, backfilling, cable and conduit installation, splicing, termination, surge protection, and acceptance testing. It also defines contractor responsibilities for safety, quality assurance, and quality control. The document emphasizes updating ELD systems to industry standards, such as using 15 kV rated cables, and details personnel qualifications, product specifications for cables, transformers, and switchgear, and various testing procedures for new installations. It supersedes FAA-C-1217 for outdoor ELD work and incorporates numerous government and non-government standards for compliance and safety.
    The FAA-D-2494/b specification outlines comprehensive requirements for preparing technical instruction book manuscripts for new or contractor-modified electronic, electrical, and mechanical equipment. It establishes a uniform format and content guidelines for installation, operation, maintenance, training, and supply support. The specification details writing levels for various audiences, grammatical rules, and the consistent use of nomenclature, symbols, and abbreviations. It also provides detailed instructions for manuscript development, including warnings, cautions, notes, tables, and the overall arrangement of contents across eleven sections, covering general information, technical descriptions, operation, maintenance, parts lists, installation, software, and troubleshooting. Furthermore, it specifies requirements for draft and final reproducible copies, artwork, security markings, and quality assurance provisions to ensure accuracy and compliance.
    The FAA-STD-002H standard, updated on September 6, 2017, outlines comprehensive requirements for preparing and revising architectural and engineering drawings for the Federal Aviation Administration (FAA) and the National Airspace System (NAS) Program. This standard integrates practices from ANSI, AIA, and military standards, focusing on efficiency, data control, and technological advancements. Key updates include greater use of electronic deliverables and enhanced FAA-wide standardization. The document details drawing practices, formats, title block creation, numbering schemes, and Computer-Aided Design and Drafting (CADD) procedures for both MicroStation and AutoCAD software. It also specifies requirements for various drawing types, electronic deliverables, and provides definitions and acronyms relevant to FAA drawing production and support.
    The FAA-STD-019G standard, effective January 16, 2024, establishes mandatory requirements for lightning protection, surge protection, grounding, bonding, and shielding in Federal Aviation Administration (FAA) operational facilities and electronic equipment. This standard defines minimum requirements, which can be exceeded if specific facility needs dictate. It incorporates lessons learned from field malfunctions and failures, aiming to prevent service delays, minimize outages, and enhance personnel safety. The document uses "shall" to indicate mandatory compliance, with deviations requiring approval from the National Airspace System (NAS) Configuration Control Board. The standard applies to new facilities, modifications, upgrades, and new equipment procurement within the NAS, covering government-owned or leased property. It provides a systematic approach to minimize electrical hazards and electromagnetic interference from lightning, transients, ESD, and power faults, ensuring the resilience and safety of FAA infrastructure.
    The FAA-STD-032 standard outlines comprehensive design requirements for new and modified National Airspace System (NAS) facilities, encompassing federal government RFPs, federal grants, and state/local RFPs. This standard addresses various engineering disciplines including civil, architectural, structural, mechanical, and electrical, along with life safety and fire protection. Key areas covered are environmental considerations, energy conservation, construction scheduling, cost estimating, accessibility for the physically handicapped, and occupational safety. The document emphasizes compliance with national and local codes, economic analyses, and the integration of advanced systems like Remote Maintenance Monitoring. The goal is to ensure efficient, reliable, and maintainable NAS facilities, providing detailed guidelines for design, construction, and modernization while prioritizing safety and regulatory adherence.
    The Federal Aviation Administration (FAA) Order 1050.10D outlines the policy and procedures for controlling and abating environmental pollution at FAA facilities. This updated order, effective November 16, 2015, emphasizes compliance with federal, state, tribal, and local environmental laws and regulations, including the Clean Air Act, Clean Water Act, and Resource Conservation and Recovery Act. It clarifies roles and responsibilities for FAA personnel and contractors, details reporting requirements for various environmental incidents and hazardous materials, and discusses potential personal liability for environmental violations. The order aims to ensure sound environmental management, identify and correct past problems, and prevent future pollution at FAA-owned, -leased, -licensed, and -operated facilities.
    The FAA Order JO 3900.57A CHG 1 establishes policy and assigns responsibility for incorporating environmental and occupational safety and health (EOSH) requirements into the planning, design, construction, maintenance, and decommissioning of National Airspace System (NAS) facilities. This order, which updates a previous directive, aims to ensure compliance with federal, state, and local environmental and safety regulations while safeguarding NAS operations and FAA employees. It outlines specific responsibilities for various Air Traffic Organization (ATO) entities throughout the facility lifecycle, emphasizing the use of checklists and permits (e.g., FAA Forms 3900-16, 3900-17, 3900-18, 3900-19, and 3900-20) to identify and mitigate potential EOSH impacts, including hazardous materials, pollution, and occupational risks. The order also addresses sustainable design, real property transfers, and the disposition of personal property, all in adherence to relevant laws and FAA directives.
    The Air Traffic Organization (ATO) Electrical Safety Program (ESP), defined by FAA Order JO 3900.64A, establishes comprehensive electrical safety standards and procedures for ATO employees and contractors. This order outlines roles and responsibilities for various management levels, safety specialists, and personnel, ensuring compliance with OSHA and NFPA requirements. Key aspects include identifying and minimizing electrical hazards, providing safety training, mandating personal protective equipment (PPE), and implementing safe work procedures. The ESP emphasizes establishing electrically safe work conditions, conducting arc flash risk assessments (AFRA), and using Energized Electrical Work Permits (EEWP) when energized work is unavoidable. It details training requirements for qualified and unqualified persons, PPE specifications for hand, head, face, eye, hearing, and foot protection, and guidelines for insulating blankets, signs, and barricades. The program aims to protect employees from electrical hazards by prioritizing risk mitigation through a hierarchy of controls.
    The Federal Aviation Administration (FAA) Order JO 6950.27B establishes policies and procedures for power system studies, vital for ensuring the adequacy and resilience of the National Airspace System (NAS) facilities' power distribution infrastructure. These studies, mandated by OSHA and NFPA standards like NFPA 70 and 70E, cover power load-flow, short-circuit, protective device coordination, arc flash risk assessment, and harmonic analysis. The order details the purpose, objectives, and report submission requirements for each study, emphasizing the protection of personnel and equipment, continuity of service, and selective fault isolation. It outlines roles and responsibilities for FAA personnel and contractors, requiring qualified engineers for these analyses. The document also specifies the use of SKM Systems Analysis Power*Tools for Windows (PTW) software and outlines deliverables for project design and commissioning. This order replaces FAA Order 6950.27A, with updates focusing on enhanced design and engineering analysis, including efforts to reduce arc flash incident energy and standardize implementation processes.
    The FAA Air Traffic Organization (ATO) Order JO 1050.17B outlines policies and procedures for environmental compliance at ATO facilities, addressing federal, state, and local regulations. The order details responsibilities for various ATO personnel, including executive-level managers, facility management, and environmental professionals, across a wide range of environmental areas. Key areas include air and water pollution control, hazardous materials and waste management, storage tank regulations, and the handling of radioactive materials, PCBs, and lead. It also covers natural and cultural resource management, environmental cleanup, and compliance evaluations. The overarching goal is to ensure ATO's commitment to environmental protection and sustainable practices while adhering to all applicable laws and regulations.
    The document JO 6950.2F, effective April 3, 2024, outlines the Federal Aviation Administration's (FAA) policy for electrical power implementation at National Airspace System (NAS) facilities. This order provides direction for cost-effectively meeting performance requirements for both staffed and unstaffed facilities, identifying preapproved power system architectures and configurations. It details Power Source Codes (PSCs) for use in the Facility, System, and Equipment Profile (FSEP), establishes Power System Architectures, and revises existing policies. The order specifies roles and responsibilities for various FAA groups in power system management, including budgeting, technical standards, and compliance. It also provides guidance on implementing power configurations, redundancy of standby power sources, and requirements for power conditioning devices, emphasizing the need for NAS Change Proposals (NCPs) for alternative configurations or modifications. The document also addresses special considerations for remote facilities and those in challenging environments like Alaska, ensuring reliable and quality power for critical air traffic control services.
    This document outlines an extensive regulatory framework governing fuel storage tanks and petroleum products, encompassing federal statutes, FAA orders, and various consensus standards. Key federal laws include the Oil Pollution Act, Clean Water Act, Resource Conservation and Recovery Act, National Environmental Policy Act, and Energy Policy Act. FAA orders provide specific guidance on fuel storage, environmental compliance, and maintenance within FAA facilities and the National Airspace System. The Code of Federal Regulations details requirements for oil discharge, pollution prevention, and underground storage tanks. Additionally, the document references numerous consensus standards from organizations like NFPA, API, STI, PEI, and UL, covering fire safety, tank design, installation, inspection, maintenance, leak detection, corrosion protection, and overfill prevention for both aboveground and underground storage systems. This comprehensive list ensures the safe and environmentally sound management of fuel and petroleum-related operations.
    The Federal Aviation Administration (FAA) is undertaking a Fuel System Upgrade Project at an Air Route Traffic Control Center. This project involves replacing fuel system day tanks, installing overfill collection tanks, upgrading underground storage tank components, and replacing both underground and aboveground fuel oil lines. The Direct Digital Control (DDC) system and its Local Area Network (LAN) with workstations will also be replaced, alongside the installation of new electronic and electrical control and monitor devices. Additionally, chiller tower bird screens will be replaced, and pneumatic pressure vessels will undergo testing and certification. The project mandates strict compliance with security, safety, and environmental protection regulations, including adherence to a Site Health and Safety Plan and environmental permits. Work is scheduled Monday through Friday, 06:30 to 18:30 CST, with electrical outages restricted to midnight to 4:00 AM. Comprehensive submittal procedures for drawings, product data, samples, and operational data are required, along with detailed plans for demolition, excavation, waste management, and environmental protection. Quality assurance, personnel training, and post-construction cleanup are also critical components of this upgrade.
    The FAA Order 1370.121B establishes the FAA Information Security and Privacy: Policy, superseding Order 1370.121A. This policy defines minimum information security and privacy requirements for all FAA organizations, systems, and users, covering federal employees, contractors, grant recipients, and cloud service providers. It delegates authority to the FAA Chief Information Security Officer (CISO) to issue supplemental directives, ensuring flexibility in responding to cyber threats and technological changes. Key roles and responsibilities are assigned to the FAA Administrator, CIO, CISO, and a Cybersecurity Steering Committee (CSC) to manage risks and ensure compliance. All systems must have security authorization, maintain documentation, and adhere to specific requirements for software, cloud services, and the use of production data in non-production environments. Non-compliance may lead to waivers or system disconnection. This order ensures comprehensive security and privacy across the FAA's diverse operations.
    The FAA-E-99001 specification, issued in March 2018 by the Department of Transportation, Federal Aviation Administration (FAA), outlines comprehensive requirements for photovoltaic (PV) equipment installed within FAA facilities, including both NAS and non-NAS systems. It covers PV panels, inverters, charge controllers, and balance of system equipment. The document details applicable FAA and non-government standards, defines key terms, and sets forth requirements for general installation, equipment specifications (such as inverter types, PV modules, and panelboards), design and construction considerations (including interconnection points and agreements), and performance criteria (like communication protocols and system sizing). It also addresses quality assurance, contractor qualifications, and cyber security for PV installations, emphasizing compliance with various electrical codes and FAA-specific safety protocols.
    The FAA-STD-061A standard sets minimum requirements for new and replacement fiber optic transmission systems (FOTS) and equipment in airport and terminal environments within the National Airspace System (NAS). This standard, approved for public release, provides guidance for project personnel on acquiring and installing FOTS, including equipment types, cable plant installation, remote maintenance, network architecture, and life cycle support. It supersedes FAA-STD-061 and FAA-C-1391B (in part), incorporating updates to reflect current design standards for FOTS Add/Drop Multiplexer and Channel Bank equipment. The document emphasizes the use of single-mode fiber optic cable for new installations, ensuring a scalable, reliable, and maintainable architecture for critical air traffic control services. It details general and detailed requirements for FOTS configurations, design criteria, fiber optic cable, transmission equipment, remote maintenance systems, planning considerations, and network architecture, including criticality levels, redundancy, and communication path diversity.
    The U.S. Department of Transportation's FAA Air Traffic Organization Policy Order JO 6980.36 provides comprehensive guidance for the maintenance of Hydrogen Fuel Cells, specifically the ReliOn I-1000®, T-1000®, and T-2000® models. This Maintenance Technical Handbook (MTHB) outlines technical standards, tolerances, and procedures for Airway Transportation System Specialists (ATSS) at operational facilities. It details system descriptions, operational characteristics, maintenance requirements, and schedules for periodic checks, including semi-annual, annual, and biennial tasks. The document emphasizes adherence to safety protocols, proper record-keeping, and the utilization of various FAA orders and manufacturer manuals for optimal equipment performance and compliance.
    The Federal Aviation Administration (FAA) Order JO 6980.37, effective January 12, 2021, provides a Maintenance Technical Handbook (MTHB) for Solar Photovoltaic Systems (SVS). This MTHB offers comprehensive guidance and technical standards for the maintenance and inspection of SVS, aiming to optimize equipment performance. It outlines actions required by Airway Transportation System Specialists (ATSS) at facilities with SVS, emphasizing accurate record-keeping and proper use of FAA forms and electronic TPR workbooks. The document details system components, theory of operation, types of PV panels, mounting, efficiency factors, grounding, and lightning protection. It also prescribes annual performance checks, safety-related tasks, and condition-based maintenance procedures for PV panels, junction boxes, mounting structures, electrical wiring, charge controllers, and inverters. The MTHB highlights the importance of regular site visits, cleaning, and checking for infestations to ensure system reliability and safety within the National Airspace System (NAS).
    The document outlines a comprehensive checklist for inspecting lightning protection, grounding, and surge protective devices (SPD) in large towers with and without radomes, as well as associated facilities like NASEB buildings and Engine Generator (EG) buildings. It details requirements for air terminals, down conductors, earth electrode systems (EES), fence grounding, service entrance grounding, power distribution, and electronic equipment grounding. The checklist covers specific components like Main Ground Plates (MGP), Supplemental Ground Plates (SGP), Multipoint Ground Systems (MPG), Signal Reference Ground Grids (SRGG), Signal Reference Ground Planes (SRGP), Single Point Ground Systems (SPG), and bulkhead plates. The primary purpose is to ensure compliance with safety standards, such as NFPA 780 and NEC Article 250, and to identify areas needing improvement for robust lightning protection and grounding infrastructure.
    The document is not a government file but rather a message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is a technical support message, not a federal government RFP, grant, or state/local RFP.
    Attachment J.32 outlines the requirements for demonstrating "Relevant Corporate Experience" in federal government RFPs, specifically focusing on federal grants and state/local RFPs. Offerors must submit an independent PDF detailing their experience across two main factors: Scope and Geographic Support. For Scope, offerors need to provide no more than three completed contracts/projects within the last five years, showcasing three different types of design and/or installation projects from six classifications (e.g., Engine Generators, UPS, Fuel Storage Tanks, Underground Cabling, Alternative Energy Systems, and Lightning Protection). A minimum of one submission must be for an installation project. For Geographic Support Experience, offerors must demonstrate experience in at least three Continental United States (CONUS) regions and one Outside Continental United States (OCONUS) region. The form also includes sections for vendor information, contract details, estimated value, period of performance, and place of performance. Detailed project classification forms must be completed for each selected project type.
    The PSDI II Technical Evaluation Workbook outlines the criteria for evaluating offerors in federal government RFPs, specifically for design and installation proposals across various program areas. The evaluation is based on a minimum pass threshold of 60%. Offerors are rated "Qualified" if their score, calculated by dividing "Yes" responses by the total number of questions, meets or exceeds 60%. Otherwise, they are rated "Not Qualified." The workbook details specific requirements for Design Proposals (Factors 1.1, 1.2, 1.3) and Installation Proposals (Factors 2.1, 2.2, 2.3), covering program areas such as AES, EG, ELD, FST, UPS, and CPDS. Each section includes detailed questions related to scope, temporary systems, demolition, electrical, mechanical, system monitoring, and power analysis, emphasizing compliance with industry standards like NEC, OSHA, and FAA specifications.
    Attachment J.34 outlines the required form for submitting a Technical Approach – Factor 1, Design Proposal for various projects including AES, CPDS, EG, ELD, FST, and UPS. This form is designed for offerors to provide detailed information about their proposed projects in the context of government RFPs. Key fields to be addressed for each project type include: selecting a project category (e.g., Category 1, 2, or 3), project title, location, date of completion, customer name, and the company's role (prime contractor, subcontractor, designer). Additionally, offerors must identify the names of the prime/general contractor, designer/engineering company, and any subcontractors involved. The document's structure consistently repeats these fields for each project type, ensuring a comprehensive submission for technical design proposals.
    Attachment J.35 outlines the required format for an Installation Proposal, specifically Factor 2, for various projects including AES, CPDS, EG, ELD, FST, and UPS. Offerors must complete this form for each project, selecting a category (1, 2, or 3 for most, but CPDS is limited to 2 or 3) and providing the project title, location, completion date, and customer name. Additionally, the form requires details about the company's role (prime, subcontractor, designer, etc.) and the names of the prime/general contractor, designer/engineering company, and any subcontractors. This document serves as a standardized template for submitting comprehensive installation proposals within federal government RFPs, ensuring all necessary information regarding project specifics and team roles is provided for evaluation.
    This government file outlines the pricing schedule and instructions for the Power Systems Design and Install II contract, spanning a 4-year base period (2027-2031) and two 3-year option periods (2031-2034, 2034-2037), totaling a possible 10 years with an estimated contract value of $857,190,625.59. The document details various Contract Line Item Numbers (CLINs) for services such as Site Survey Travel and Labor (CONUS/OCONUS), Site Survey Reports, Engineering Design Services (including Project Managers, various Engineers, CAD Operators, and Clerical staff), and Installation Services. Offerors are required to complete blue fields for Firm Fixed Price (FFP) and FFP Not-to-Exceed (NTE) CLINs, providing fully burdened labor rates for CLIN X005. The schedule provides estimated quantities for each service across the base and option periods, with no pricing entered in the provided tables.
    Lifecycle
    Title
    Type
    Presolicitation
    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.
    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.
    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.
    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.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    WFL AE Design IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking qualified architect-engineer firms for the WFL AE Design IDIQ contract. This opportunity involves providing multi-discipline engineering services, including project planning, preliminary engineering, and post-design support for transportation projects on federal lands across several states, including Washington, Alaska, and Oregon. The government plans to award up to five indefinite delivery, indefinite quantity contracts, with a total ceiling of $60 million and a guaranteed minimum of $10,000 per contract, two of which are set aside for small businesses. Interested firms must submit their qualifications electronically by January 15, 2026, and should direct any inquiries to Kyle M. Wood at WFL.AE@DOT.GOV or by phone at 360-619-7860.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Sources Sought Synopsis: Repair of the GPS Power System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.