ATC Operations and Maintenance Support Contract
ID: W9133L25RA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW39L USA NG READINESS CENTERARLINGTON, VA, 22204-1382, USA

NAICS

Air Traffic Control (488111)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ATC Operations and Maintenance Support Contract, aimed at providing Air Traffic Control and Weather Observation Services for the National Guard Bureau across multiple locations. The contractor will be responsible for ensuring compliance with United States Air Force and FAA standards, maintaining operational readiness, and delivering quality control and oversight for Air Traffic Control & Landing Systems (ATCALS) at six Air National Guard bases. This contract, valued at approximately $40 million, is critical for enhancing safety and operational efficiency in military air traffic management. Proposals are due by March 4, 2025, with inquiries directed to Mr. Dan Hobbs at the National Guard Bureau.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for Air Traffic Control (ATC), Weather Observation Services, and maintenance of Air Traffic Control & Landing Systems (ATCALS) for the National Guard Bureau. The contractor is tasked with providing all necessary personnel, equipment, and oversight to ensure compliance with United States Air Force and FAA standards at six Air National Guard bases. The contract duration consists of one base year plus four optional years. Specific responsibilities include quality control, adherence to security policies, maintaining operational readiness at all times, and ensuring expected service levels. The document lays out stringent guidelines on the provisions of training, certifications for staff, and operational procedures, especially concerning access control, reporting, and safety. Contractors responsible for maintenance and operational effectiveness must also ensure proper handling of government-furnished equipment and material. Deliverables include comprehensive plans for quality control, staff oversight, and regular progress meetings with government representatives. This PWS represents the government's commitment to maintaining high safety and operational standards in air Traffic operations and emphasizes accountability and quality service delivery.
    This Request for Proposal (RFP) outlines submission guidelines and requirements for contractors seeking to provide services related to training support, operational capabilities, and air traffic control. Proposals must be submitted electronically to specified government personnel, organized into clearly labeled volumes focusing on technical approach, past performance, pricing, and necessary certifications. Each volume has specific formatting and content requirements, with strict page limits. The evaluation process will assess training support capabilities, operational abilities, and previous performance on similar contracts. Proposals must include recent, relevant past performance references, detailing project specifics and challenges faced. Cost proposals must use a provided matrix to demonstrate comprehensive pricing and should avoid including pricing information elsewhere. The document emphasizes the importance of clarity, logical organization, and compliance with government standards. Additionally, it includes details regarding adverse past performance reporting, protest procedures, and the contractor's responsibilities concerning government property.
    The government RFP outlines the criteria for awarding a contract based on the offers received, focusing on the best value for the government. The evaluation comprises three main factors: Technical Approach, Past Performance, and Price, with Technical Approach being the most crucial. Offerors must demonstrate a solid understanding of requirements across subfactors, including Training Support, Operational Capabilities, and Air Traffic Control abilities. Proposals must be comprehensive, feasible, and address specific requirements detailed in the Performance Work Statement (PWS). The evaluation will assess past performance to gauge the likelihood of successful execution, prioritizing recent, relevant contracts. The price evaluation will use market analysis techniques to assess fairness, without scoring. The contract will be awarded without negotiation unless necessary clarifications arise. An award notification will create a binding contract, emphasizing the importance of initial proposal quality from offerors. This RFP process illustrates the government's commitment to leveraging contractor capabilities effectively while ensuring fiscal prudence and high service standards in delivering critical aviation services.
    The document outlines a pricing structure for Air Traffic Control, Weather Reporting, and Landing Systems Maintenance Services, detailing various Contract Line Item Numbers (CLINs) relating to labor, insurance, contingency overtime, and special contingency funds. Labor is primarily designated as Firm Fixed Price (FFP) across multiple entries, with quantities specified for each CLIN, reflecting a structured approach for compensation. Specific instructions are given regarding the submission of unit prices solely for certain labor CLINs, explicitly instructing against adjustments to the spreadsheet format. Additionally, it underscores the necessity for rounding prices to the hundredths position, maintaining a focus on precise financial reporting. The security of unit pricing consistency across various CLINs is also emphasized, particularly between linked entries in the range of 4000 and 5000. This document serves as a guideline for bidders in responding to the request for proposals (RFP), ensuring all parties adhere to stringent pricing and documentation standards set by federal protocols. It reflects the government’s operational transparency and structured procurement process for essential services in air traffic and weather management system maintenance.
    The document is a Solicitation Question and Answer Log pertaining to the Request for Proposal (RFP) W9133L25RA010 for Air Traffic Control, Weather Reporting, and Landing Systems Maintenance Services. It serves as a communication tool between the government and prospective contractors, addressing inquiries regarding the solicitation. Each question raised by contractors is documented alongside the corresponding government response, indicating the regulatory and operational clarity needed for applicants to prepare comprehensive proposals. This log ensures transparency in the RFP process and assists potential vendors in understanding expectations, requirements, and the context for the requested services. The structure includes a sequential question numbering system, likely reflecting an ongoing dialogue that can aid in contract compliance and execution. Overall, it underscores the importance of clear communication in federal procurement, ensuring that service providers are equipped with the necessary information to meet government standards and needs.
    The document outlines a government Request for Proposals (RFP) related to "Air Traffic Control, Weather Reporting, and Landing Systems Maintenance Services," detailing the staffing requirements. It includes a populated staffing table specifying contractor roles (prime or subcontractor), labor categories, key personnel status, location, total work hours, and associated costs. Each labor category's description elucidates specific duties aligned with the Performance Work Statement (PWS), along with required qualifications, certifications, education, experience, and relevant experience years. Additionally, it cites specific PWS paragraphs pertinent to the labor categories in focus. The overall aim is to ensure qualified personnel are engaged for critical government maintenance services, adhering to established qualifications and contractual guidelines to support operational efficiency and safety in air traffic management systems. This document serves as a key element in the procurement process, ensuring clarity and compliance for potential contractors.
    This document outlines a government procurement file detailing the allocation of custodial and communication equipment via a Department of Defense (DoD) contract. The principal aim is to document government-furnished property, including various radio transmitters, receivers, antennas, and other communication systems essential for military operations. Each item listed includes National Stock Numbers (NSN), manufacturer CAGE codes, and part numbers, illustrating a comprehensive inventory for logistical and operational support. The file differentiates between serially and non-serially managed items, indicating acquisition costs and quantities required. Specific items include multiple models of VHF and UHF radio systems, spectrum analyzers, oscilloscopes, and antennas, all vital for maintaining operational readiness at various military bases, such as Gabreski ANGB and Ellington Field. Additionally, delivery logistics and documentation processes for these items are emphasized, ensuring compliance with contractual obligations. This file plays a critical role in managing government resources and assets, reflecting the systematic approach taken by federal entities in fulfilling their operational needs through effective procurement strategies.
    This document is a DD Form 254, which pertains to a services contract for Air Traffic Control, Weather, and Maintenance services at several U.S. locations, including airports in Texas, Ohio, West Virginia, Rhode Island, New York, and Vermont. The prime contract number is W9133L-24-R-XXXX, with a due date for proposals on September 26, 2024. This updated form serves as a follow-on solicitation for a new five-year award following the current contract, expiring later the same year. The contractor is required to safeguard classified information, although no facility security clearance is necessary for the contractor's location. Various security requirements, including access to communications security and operational security guidelines, are articulated, as well as the necessity for public release procedures concerning information related to this contract. The document emphasizes compliance with the National Industrial Security Program Operating Manual and indicates the importance of timely reporting any classified information breaches. Overall, this DD Form 254 outlines security protocols and project specifications essential for carrying out the contractual obligations effectively and safely.
    The document presents Wage Determination No. 2015-4137 under the Service Contract Act, detailing minimum wage and fringe benefit requirements for federal contracts in Vermont. Effective after January 30, 2022, contracts are required to pay covered workers at least $17.20 per hour, updated annually, or the applicable higher wage rate. Existing contracts awarded between January 1, 2015 and January 29, 2022 must adhere to a minimum rate of $12.90 per hour if not renewed after January 30, 2022. The document delineates various occupations and their corresponding wage rates, including clerical, administrative, healthcare, and skilled trades. Additionally, it specifies required fringe benefits such as health, vacation, and holiday pay. The document emphasizes compliance with Executive Orders 14026 and 13658 regarding minimum wage and paid sick leave for federal contractors, underscoring the necessity for contractor adherence to labor standards. Notably, this wage determination also includes provisions for uniform allowances, hazardous pay differentials, and the process for classifying additional occupation categories not pre-listed. This regulation aims to ensure fair compensation and establish worker protections under federally funded contracts, vital for RFPs and grants across federal and state levels.
    The "Past Performance Questionnaire" serves as a critical evaluation tool for government contractors, assessing their historical performance on awarded contracts. It is divided into several sections including contract identification, customer or agency information, evaluator identification, and evaluation criteria. The document requires essential details such as contractor information, contract costs, periods of performance, and service descriptions. The evaluation section employs a performance rating scale ranging from "Exceptional" to "Unsatisfactory," covering categories like technical performance, program management, employee retention, and cost performance. Evaluators must substantiate ratings for any outstanding or poor performances and indicate if any contracts faced termination issues. A narrative summary solicits the evaluator's opinion on future engagements with the contractor based on their experience. This questionnaire is essential for federal agencies in refining procurement decisions and ensuring contractor accountability, ultimately contributing to efficient project execution and safeguarding taxpayer interests.
    The document outlines a solicitation for Air Traffic Control (ATC) and Weather Reporting services for the National Guard Bureau (NGB) across several locations, including Ellington Field, TX, and Martinsburg, WV. The contract number W9133L25RA010 has an estimated total award amount of $40,000,000. The services required include both operational and maintenance support for various ATC and Landing Systems. Specific tasks involve providing Air Traffic Control and Landing Systems Maintenance, weather observation services, and contractor reporting of labor hours as per federal guidelines. The solicitation specifies that offers must be submitted by March 4, 2025, and includes requirements for inspection and acceptance of delivered services. It details the performance period spanning from June 27, 2025, to June 26, 2026, with options for extension through 2028. Communication for inquiries is directed to Mr. Dan Hobbs at the National Guard Bureau. This RFP emphasizes the federal government’s commitment to engaging qualified businesses, particularly women-owned small businesses, in fulfilling government contracts aligned with national defense priorities. The overall aim is to enhance operational efficiency and safety at the specified military air traffic locations.
    This document pertains to an amendment of a government solicitation, extending the deadline for submission of offers. The amendment outlines the processes that contractors must follow to acknowledge receipt of this change, including completing specified items or communicating electronically, with failure to do so possibly resulting in rejection of their offers. Additionally, it specifies modifications to an existing contract under various authorities and states that all other terms remain unchanged. The significant update involves extending the questions due date to February 18, 2025, at 12:00 PM Eastern Standard Time. The contracting officer's details, including contact information, are provided for facilitating communication. This amendment ensures that all parties are informed and that the bidding process remains transparent and organized, which is critical within the framework of federal government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Air Traffic Control Markings, Wheeler-Sack Army Airfield, Fort Drum NY
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the project titled "Air Traffic Control Markings" at Wheeler-Sack Army Airfield, located in Fort Drum, NY. This procurement involves the repair or alteration of airport runways and taxiways, specifically focusing on the installation of air traffic control markings essential for safe and efficient airfield operations. The work is categorized under the NAICS code 237310, which pertains to highway, street, and bridge construction, highlighting the project's significance in maintaining aviation infrastructure. Interested contractors can reach out to Daniel Rowley at daniel.e.rowley.civ@army.mil or by phone at 315-772-5397, or Joseph Taylor at joseph.j.taylor38.civ@army.mil or 315-772-5069 for further details regarding the solicitation process.
    Market Survey for Air Traffic Control (ATC) components required for repair services.
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a market survey to identify sources capable of providing repair services for Air Traffic Control (ATC) components, as part of its procurement strategy for the Army Integrated Logistics Supply Center. The agency seeks suppliers who can repair various ATC components, including meteorological measurement devices, air conditioners, circuit card assemblies, and more, with estimated quantities provided for initial production. This initiative is crucial for maintaining the operational integrity of ATC systems, and interested vendors must submit their capabilities and relevant documentation by February 14, 2025, to the designated contacts, Noel Acevero and the DLA Small Business Office, with no costs incurred by the government for responses.
    Aviation Command and Control Operations and Maintenance (ACCOMS) II Q&A, 29 Feb 2024
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking Aviation Command and Control Operations and Maintenance (ACCOMS) II services. This service involves the operation and maintenance of air traffic control towers. The notice provides responses to industry inputs resulting from Solicitation FA489024RACCM (FA489024R0008) and respective amendments. For more information, contact Angel Galindo at angel.galindo@us.af.mil or 7577267746.
    Aviation Command and Control Operations and Maintenance (ACCOMS) II Q&A, 8 Feb 2024
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking services for Aviation Command and Control Operations and Maintenance (ACCOMS) II. This service involves the operation and maintenance of air traffic control towers. The place of performance is Shaw AFB, SC, USA. For more information, contact Angel Galindo at angel.galindo@us.af.mil or 7577267746.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    Aviation Command and Control Operations and Maintenance (ACCOMS) II Q&A, 27 Feb 2024
    Buyer not available
    Special Notice DEPT OF DEFENSE Aviation Command and Control Operations and Maintenance (ACCOMS) II Q&A, 27 Feb 2024: This notice provides responses to industry inputs resulting from Solicitation FA489024RACCM (FA489024R0008) and respective amendments. The notice states that an amendment to the solicitation is forthcoming to address the revisions noted in the Q&A. The service being procured is the operation and maintenance of aviation command and control operations, specifically related to the operation of air traffic control towers.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract at Robins Air Force Base, Georgia. The contractor will be responsible for providing labor, management, and travel support for the Workload & Analysis Branch, requiring personnel such as Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors across multiple ordering periods from January 20, 2025, to January 19, 2030. This contract, valued at approximately $24.5 million, is crucial for maintaining operational efficiency and compliance with government standards in military logistics. Interested contractors should reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further details and must submit their proposals by the specified deadline.
    AN_MPN 14K GPA-134 Video Mapping Generator (VMG) System Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of the AN/MPN-14K GPA-134 Video Mapping Generator (VMG) System. The primary objective is to develop, test, and deliver seven units, including one First Article Test (FAT) unit and six production units, to enhance the operational capabilities of the Landing Control Central (LCC) that relies on this system for radar data presentation. This modification is crucial for modernizing outdated components and ensuring the effectiveness of air traffic control operations. Interested contractors should direct inquiries to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil, with the solicitation number FA810225RB003 issued on February 3, 2025, and a performance period of 12 months.