Second Level Engineering Support Services for AJM-2 at the William J Hughes Technical Center for Advanced Aerospace
ID: 692M15-25-R-00001Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION692M15 ACQUISITION & GRANTS, AAQ600ATLANTIC CITY, NJ, 08405, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for Second Level Engineering Support Services at the William J. Hughes Technical Center in Atlantic City, New Jersey. This procurement aims to provide comprehensive engineering support for the FAA's Program Management Organization, specifically for the Terminal and En Route 2nd Level Engineering Groups, under a seven-year Indefinite Delivery Indefinite Quantity (IDIQ) contract structure. The services are critical for maintaining and enhancing the National Airspace System (NAS) capabilities, ensuring operational integrity and compliance with FAA regulations. Interested vendors, particularly those certified under the Small Business Administration's 8(a) program, must submit their proposals by May 12, 2025, at 2:00 PM Eastern Time, and can direct inquiries to Alan McCarty or Christine Yezzo via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document 692M15-25-R-00001 outlines a Request for Proposal (RFP) by the Federal Aviation Administration (FAA) for Second Level Engineering (SLE) support services. This is a set-aside solicitation for Small Economically Disadvantaged Business 8(a) certified contractors, with a NAICS code of 541519. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a seven-year term, including seven one-year ordering periods. The contractor is expected to provide comprehensive engineering support through task orders, which will operate on a Time and Materials (T&M) basis. Key details include a minimum ordering obligation of $100,000 and a ceiling amount yet to be determined. The document specifies the necessary qualifications for personnel involved in task orders, establishes guidelines for travel reimbursement, and outlines reporting requirements. Deliverables must comply with accessibility standards and will be subject to inspection and acceptance by the FAA. The document emphasizes the importance of flexibility in workforce deployment to meet varying mission requirements, along with clear delineations of roles, ensuring that no personal services are to be performed under the contract. These provisions enhance the FAA's capabilities in managing its engineering and support requirements effectively.
    The document is an amendment to the Screening Information Request (SIR) SIR 692M15-25-R-00001 regarding Second Level Engineering (SLE) support services for the FAA's Program Management Organization. This amendment, issued on May 2, 2025, responds to vendor inquiries and includes revisions to the SIR documents, specifically the pricing schedule and various attachments to correct inconsistencies and enhance clarity. Key revisions involve the removal of references to a Program Support LCAT in the pricing schedule and correcting a typographical error related to labor categories. Additionally, supplemental attachments, such as the previously omitted SF 33 and a stand-alone Section K for offerors, have been included for vendor convenience. The responsibility falls on vendors to thoroughly review the amended documents to ensure they comprehend the requirements. The proposal submission deadline remains unchanged, set for May 12, 2025, at 1400 ET. This amendment serves to clarify and provide essential updates to support prospective offerors in their proposals, ensuring compliance with the FAA's standards and requirements for the contract.
    The document is a solicitation for bids from contractors for certain supplies or services, issued by the FAA's William J. Hughes Technical Center. Identified by solicitation number 692M15-25-R-00001, it allows prospective offerors to submit sealed bids until May 5, 2025. The document outlines important administrative details, such as the submission deadline, contact information for inquiries, and instructions on bid submissions. It is structured in multiple parts, including a schedule of services and prices, contract clauses, and special contract requirements. Key points include the need for acknowledgment of any amendments to the solicitation and the specification of the time frame within which winning bids must be accepted. Overall, this solicitation underscores the FAA's intent to procure services through a competitive bidding process, ensuring compliance with federal procurement regulations while aiming for cost-efficiency and quality service delivery.
    The document outlines the Request for Proposal (RFP) SIR 692M15-25-R-00001 for Second Level Engineering (SLE) Support Services. It specifies the estimated costs associated with travel and other direct costs (ODCs) for seven ordering periods. The total estimated labor for each period is uniformly set at 514,650 hours with no costs allocated initially. Travel costs, subject to general and administrative (G&A) fees, are projected to escalate each ordering period, beginning at approximately $1 million in the first period and reaching nearly $1.18 million by the seventh, culminating in a total maximum contract ceiling of approximately $7.67 million for all periods combined. The document emphasizes the importance of detailed direct and indirect rate calculations, specifying that offerors must provide essential information while maintaining compliance with the established format and protected spreadsheet sections. This RFP serves as a structured approach to procure engineering support, ensuring transparency and accountability in budgeting and financial management within government contract frameworks. Ultimately, the document illustrates the necessary groundwork for contractual negotiations, targeting successful service delivery in accordance with federal guidelines.
    The document outlines the Request for Proposal (RFP) SIR 692M15-25-R-00001 for Second Level Engineering (SLE) Support Services, detailing cost estimates over seven ordering periods. Each period is structured with specified labor hours (509,010 total hours across the contract) resulting in estimated travel costs, which escalate slightly each period. The total estimated costs for travel and other direct costs (ODCs) amount to $7,669,231.03, reflecting no anticipated labor charges listed. The proposal emphasizes the fully burdened labor rates across various roles, including engineers, technical specialists, and support staff, though details are incomplete. Additionally, the document notes that G&A (General and Administrative) rates are not applied directly in the current estimates, indicating a focus on facilitating efficient price calculation without additional overhead. The structured nature of the RFP includes detailed instructions on filling in necessary cost and rate data. This RFP highlights the government's need for comprehensive engineering support, with a transparent pricing strategy aimed at budget management and accountability within federal contracting processes.
    The document outlines the Statement of Work (SOW) for the Second Level Engineering Support Services (AJM-2) for the Federal Aviation Administration (FAA). Its primary purpose is to establish the framework for engineering support, maintenance, technical data documentation, and security measures for the National Airspace System (NAS). Key sections include an introduction to the responsibilities of the Air Traffic Systems (ATS), a detailed scope of services, contract requirements, and technical and documentation support. The document emphasizes the need for comprehensive reporting, including monthly status and financial reports, and stresses the importance of configuration management, engineering studies, and effective training programs. Security protocols and incident reporting are also highlighted, ensuring compliance with federal cybersecurity standards. Performance is to be evaluated regularly, and clear roles and responsibilities for contractors are established to facilitate effective collaboration with the FAA. Overall, this SOW serves as a detailed guide for contractors to meet FAA requirements, enhance NAS performance, and support continuous improvement in air traffic management.
    The document outlines the Statement of Work (SOW) for Second Level Engineering Support Services for the National Airspace System (NAS), specifically under the Air Traffic Systems (ATS) directorate. This engineering support is essential for maintaining current systems and integrating new technologies in the NAS to enhance air traffic control services. The SOW includes detailed contract requirements, including reports, task order management, and technical specifications. Key components encompass maintenance support, engineering analyses, documentation management, configuration management, and training protocols for FAA personnel. The contractor is tasked with providing qualified personnel, tools, and systems for ongoing support, including system testing, quality assurance, and risk management to ensure operational integrity and compliance with FAA regulations. Deliverables include various reports, meeting minutes, training materials, and compliance documentation due at specified intervals. The main goal is to maintain NAS functionality while addressing the unique challenges posed by aging systems and rapid technological advancements. Overall, this SOW emphasizes collaboration between the contractor and FAA to enhance air traffic operation capabilities responsibly and efficiently, facilitating the modernization of national air traffic services.
    This document outlines labor categories and requirements for personnel involved in supporting the Federal Aviation Administration (FAA) National Airspace System (NAS). It details various roles, including Interns, Engineers, Computer Scientists, Technical Specialists, Configuration Management Specialists, Database Specialists, Documentation Specialists, Program Analysts, Process Improvement Specialists, Air Traffic Control Specialists, Technical Writers, and Help Desk support. Each category specifies the number of positions available, relevant experience, degree requirements, and substitutions for educational qualifications, ensuring applicants possess the necessary skills for complex engineering and technical support roles within the NAS. Key responsibilities across these roles involve data analysis, software and systems engineering, project management, and documentation. The document serves to inform potential contractors of the qualifications and expectations associated with these roles related to government RFPs and grants, highlighting the importance of specialized expertise in maintaining and modernizing the vital air traffic infrastructure.
    The document outlines a comprehensive staffing plan for various positions related to the Federal Aviation Administration (FAA) and its National Airspace System (NAS). It categorizes the labor types, detailing the required skills, experience, and educational qualifications for each role, including interns, engineers, computer scientists, technical specialists, and management positions. Key responsibilities span engineering support, database management, documentation, and program analysis, with established levels indicating experience requirements ranging from zero to 25 years. Educational qualifications predominantly consist of degrees in engineering, computer science, or related fields, with specific substitutions for advanced degrees allowed. Preferred experiences in NAS programs and software languages such as C, C++, and SQL are also highlighted. The structure of the document clearly delineates each category's responsibilities, preferred experiences, and requirements, all of which are pertinent to federal RFPs and contracting processes. Overall, this staffing plan emphasizes the FAA's commitment to maintaining efficient operations within the NAS through well-defined roles and rigorous selection criteria aimed at enhancing technical and managerial capabilities essential for government projects and contracts.
    The document outlines the process for submitting a Labor Category Qualification Waiver/Modification Request for candidates associated with the AJM Second Level Engineering Support Services under the SIR # 692M15-25-R-00001 from the Federal Aviation Administration. It serves to formally document and assess requests when candidates do not meet the minimum qualifications for specific labor categories. Key sections include details on the candidate, the type of waiver or modification requested, the specific qualification requirements, and the impact on project deliverables, schedule, quality, and cost. The contractor must provide an analysis justifying the non-compliance, considering relevant experience, degree equivalence, and any special circumstances like foreign degrees. Additionally, input from the AJM-2 customer, the Contracting Officer Representative (COR), and the Contracting Officer (CO) is required for an informed decision on the request. The goal is to ensure compliance with the necessary qualifications while still allowing flexibility for valid candidates, thereby supporting the staffing needs of federal projects effectively and efficiently.
    The document outlines the Contractor Employee Non-Disclosure and Conflict of Interest Acknowledgements required for individuals working on non-competitive procurements with the Federal Aviation Administration (FAA). It emphasizes the contractor employees' obligations to protect sensitive information and data accessed during their work. Key points include the definition of sensitive information, compliance with the Procurement Integrity Act, and the requirement for formal training on confidentiality practices. Additionally, employees must disclose any potential conflicts of interest pertaining to their financial interests or relationships with entities involved in the procurement process. The document also details the penalties for improper disclosures and mandates reporting of any suspected breaches. Overall, it serves to ensure integrity and confidentiality in the procurement process, reinforcing the standards expected of contractor employees working with federal agencies.
    The document outlines the requirements for the Corporate Experience Matrix as part of the Second Level Engineering Support Services RFP (SIR 692M15-25-R-00001). It specifies that bidders must provide information on their team members' relevant corporate experiences across three distinct examples. Each entry must include the team member's name, role (whether prime contractor, subcontractor, or joint venture), customer details, contract number, contract name, contract type, number of concurrent task orders, period of performance, dollar values, points of contact information, and specific work areas that relate to the scope of services required in the RFP. This matrix serves as a crucial part of the proposal evaluation process, demonstrating the experience and capabilities of the offeror in delivering engineering support services. It emphasizes the need for detailed documentation to effectively assess the offeror's qualifications and alignment with the project requirements.
    The document outlines a Corporate Experience Matrix as part of the Second Level Engineering Support Services under RFP SIR 692M15-25-R-00001. The matrix serves to evaluate the relevant corporate experience of the Offeror’s solution delivery team by detailing specific projects. Each experience entry includes critical information: the team member responsible, their role (prime or subcontractor), customer details, contract numbers, contract names, and types, as well as the number of concurrent task orders and contract periods. It also provides the dollar values for the contracts as well as points of contact information for various roles such as the Contracting Officer and Technical Program Manager. The document is structured to facilitate a clear understanding of past performance in relation to project requirements, specifically aligning with the work areas outlined in the scope of work. Through this matrix, the government agency aims to assess potential vendors' capabilities and past performance to ensure effective delivery of engineering support services in compliance with federal standards.
    The document pertains to the "Past Performance Evaluation Survey" associated with federal procurement under the Federal Aviation Administration (FAA) for Second Level Engineering Support Services. The purpose is to collect references from pertinent individuals about the performance of Offerors (vendors) amidst their contracting history over the last five years. Offerors are instructed to complete specific sections regarding their company and contract information, then send out surveys to relevant references, primarily Contracting Officers or project managers for government contracts. The references will evaluate the Offeror based on key performance indicators such as technical performance, cost control, timeliness, management relations, and customer satisfaction. Evaluators are asked to assess these performance elements on a scale from "Exceptional" to "Unsatisfactory," along with additional narratives about potential future collaboration and overall experiences. The significance of these evaluations is underscored as they contribute to the FAA's acquisition decision-making process. The importance of timely submission and adherence to specified procedures is also highlighted for the effectiveness of the evaluation. This comprehensive assessment is critical to ensure that the FAA selects the best potential vendors for their services.
    The document pertains to the "Past Performance Evaluation Survey" associated with federal procurement under the Federal Aviation Administration (FAA) for Second Level Engineering Support Services. The purpose is to collect references from pertinent individuals about the performance of Offerors (vendors) amidst their contracting history over the last five years. Offerors are instructed to complete specific sections regarding their company and contract information, then send out surveys to relevant references, primarily Contracting Officers or project managers for government contracts. The references will evaluate the Offeror based on key performance indicators such as technical performance, cost control, timeliness, management relations, and customer satisfaction. Evaluators are asked to assess these performance elements on a scale from "Exceptional" to "Unsatisfactory," along with additional narratives about potential future collaboration and overall experiences. The significance of these evaluations is underscored as they contribute to the FAA's acquisition decision-making process. The importance of timely submission and adherence to specified procedures is also highlighted for the effectiveness of the evaluation. This comprehensive assessment is critical to ensure that the FAA selects the best potential vendors for their services.
    The government document details a Request for Proposal (RFP) for Second Level Engineering (SLE) support services solicited by the Federal Aviation Administration (FAA). This procurement is exclusively open to Small Economic Disadvantaged Business 8(a) certified vendors and is to be conducted using a best value trade-off process, with a contract type classified as an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The contract will span seven years and involve task orders issued for various engineering support needs, emphasizing a flexible workforce that can respond to changing mission requirements. Deliverables must adhere to strict guidelines, including packaging, inspection, and acceptance protocols, with the contractor responsible for all management and labor provisions. The overview outlines requirements for travel reimbursement, allowable costs, and performance monitoring, ensuring compliance with GAO guidelines. Overall, the document succinctly outlines the scope, terms, and requirements of the FAA's SLE service procurement, underscoring the adherence to government standards for contract administration and execution.
    The document SIR 692M15-25-R-00001 outlines the representations, certifications, and provisions relevant for offerors submitting proposals to the FAA for government contracts. It emphasizes critical aspects such as the minimum offer acceptance period of 180 days, the need to disclose any affiliates, and certifications regarding responsibilities related to criminal convictions, tax liabilities, and contracting with specified prohibited entities. Offerors must certify compliance with several federal laws, including prohibitions against certain business operations in Sudan and relations with Iran, as well as the use of covered telecommunications equipment or services. The need for registration in the System for Award Management (SAM) and adherence to the Buy American Act are also highlighted. This document serves as a standard guideline to ensure eligibility, compliance, and accountability for federal contracting, ensuring that entities engaged in government contracts uphold legal and ethical standards. Overall, it reflects the FAA's commitment to maintaining rigorous eligibility protocols in the procurement process.
    The document outlines responses to questions related to a federal Request for Proposal (RFP) concerning contract performance requirements for support services. Key points include clarification on labor estimates, personnel onboarding, the necessity of flexible staffing, and the transition plan for contractor personnel. It addresses conflicts in task order hours and staffing estimates, confirming hypothetical Full-Time Equivalent (FTE) counts and labor categories. The document also clarifies the evaluation criteria for proposals, asserting that corporate experience must include relevant past performance from both the prime contractor and affiliates, including joint ventures. Additionally, it discusses the government's stance on direct billing of Program Manager expenses, confirming that such costs will be indirect, and the conditions under which price realism analyses may be conducted on proposals. The overall purpose is to ensure prospective bidders understand submission requirements, evaluation criteria, and the scope of contract performance in a competitive public procurement context.
    Similar Opportunities
    Policy, Engineering, Analysis, and Research Contract (PEARS III)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback for the Policy, Engineering, Analysis, and Research Contract (PEARS III) through a draft Screening Information Request (SIR). This contract aims to provide support services across various FAA offices, including policy development, environmental analysis, and administrative support, with a total maximum value of $36 million over a five-year period. The FAA emphasizes the importance of industry input to refine the SIR and ensure it accurately reflects the intended work, inviting interested vendors to submit their comments via a structured comment matrix by January 21, 2026. For further inquiries, vendors can contact the FAA Contracting Office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    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.
    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.
    Engineering Support Services - Commercial Derivative Aircraft
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering Support Services (ESS) related to various commercial derivative aircraft, including the VC-25A and E-4B. The contract aims to provide both recurring and non-recurring engineering services, which encompass systems engineering, safety management, and technical support for sustaining and modernizing critical Air Force aircraft. This procurement is vital for maintaining the operational readiness and safety of executive aircraft, with a contract value subject to various pricing arrangements, including fixed-price and cost-plus options. Interested parties should direct inquiries to Cameron Burton or Capt Bailey Calico via email, with the solicitation process having commenced on October 30, 2025, and subsequent amendments issued through November 19, 2025.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    NISC Enterprise Support Tasking (NEST)
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to provide comprehensive support for the NISC Enterprise Support Tasking (NEST) program. This procurement involves independent quality assurance and control of existing NIMS/CMIS systems, development of new systems for the NISC V contract transition, and ongoing support for software architecture, operations, maintenance, user training, helpdesk, and security management. The selected contractor will also be responsible for creating transition-in and transition-out plans to ensure seamless continuity of services. Interested parties should contact the FAA AAQ 410 Contracting Office at 9-AWA-AAQ410-Contracting-Team@faa.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    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.