6973GH-25-R-00093 - USFS GUY TENSIONING_GOLDEN POND - MARKET SURVEY
ID: 6973GH-25-R-00093Type: Sources Sought
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)
Timeline
    Description

    The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on USFS tower assets located at three sites: Winona, Golden Pond, and Cass Repeater. The project involves essential maintenance tasks such as tension adjustments, grounding installations, and corrosion control to ensure the operational integrity of communication infrastructures critical to federal operations. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits for a comprehensive understanding of the work required. For further inquiries, contact Tamara Maxwell at tamara.m.maxwell@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the U.S. Forest Service outlines a remediation project focused on the maintenance and upgrade of their tower infrastructure. The initiative addresses critical infrastructure issues affecting guyed communication and lookout towers used for mission-critical operations, intending to enhance safety and compliance with applicable standards. The contracted entity is tasked with several tasks, including guy system tensioning, corrosion abatement, grounding installation, and site-specific repairs at various repeater sites (Winona, Golden Pond, and Cass). The project requires preliminary and final schedules, adherence to safety practices, and the provision of necessary tools and materials. Reports of completed activities, as-built drawings, and documentation of repairs are critical deliverables. Compliance with standards such as OSHA and NFPA is paramount, including the installation of lightning protection and proper bonding of structural elements and ground systems. The methods outlined in this SOW ensure that all identified deficiencies are addressed, enhancing the structural integrity and operational capability of the U.S. Forest Service facilities while assuring safety for personnel working on the projects. The project highlights the government’s commitment to maintain essential communication infrastructure in national forests.
    The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for construction services related to three specific sites: Winona Repeater, Golden Pond, and Cass Repeater. The RFQ specifies a delivery timeline of 30 days following the Notice to Proceed, emphasizing that proficiency in completing all required work, as defined in the Statement of Work, is mandatory. This RFQ is not a contract but rather solicits competitive bids, with the award going to the lowest eligible offeror. Key attachments include inspection reports, wage determinations, and various bond requirements (payment, performance, and bid bonds), indicating the project's financial and legal stipulations. The document contains a timetable for site visits, submission questions, and deadlines for quotations, further detailing the procurement process. Compliance with federal regulations and Executive Orders related to fairness and equality in contracting is underscored. Overall, the RFQ reflects the FAA's structured approach to engaging contractors for necessary construction services, ensuring accountability, safety, and adherence to legal stipulations throughout the project lifecycle.
    The document outlines a scope of work (SOW) for tower corrective actions associated with three US Forest Service (USFS) repeater sites: Winona, Golden Pond, and Cass. The Tower Inspection Report specifies several necessary actions including the installation of a lightning protection system, a safety climbing system, and the securing of cables. Recommendations include improving ground connections, remediating obstruction lighting, and tightening guy wire pull-off hardware. The accompanying Q&A section addresses inquiries regarding scope clarity, bonding, operability of lighting systems, contractor procedures, and inspections. Key responses indicate that while some corrections are mandatory, others are not part of this solicitation, and all work will be performed during daylight hours under supervision. The document reflects compliance with safety and operational standards while facilitating contractor engagement in necessary safety upgrades and preventative measures for the USFS repeater systems, ultimately ensuring effective and compliant operations for these essential communications infrastructures.
    The Statement of Work (SOW) for the U.S. Forest Service aims to address maintenance and infrastructure issues of the USFS tower inventory to support mission-critical activities in compliance with federal standards. The scope includes guy system tensioning, minor repairs, and grounding on various tower types, with specific actions outlined for three sites: Winona, Golden Pond, and Cass Repeaters. Critical tasks involve assessing and correcting deficiencies, including tension adjustments, corrosion control, grounding installations, and enhancing obstruction lighting systems. The contractor must provide all necessary materials and expertise and is responsible for coordinating site access and adhering to OSHA and NFPA standards. The project’s timeline mandates a preliminary schedule post-award and completion within 30 days. Essential deliverables include a remediation plan, activity reports, images from the worksites, and project documents submitted in PDF format. Completion is contingent on meeting specified project requirements and government acceptance of deliverables, demonstrating a commitment to maintaining operational integrity within USFS facilities.
    The document is a compilation of fragmented data that appears to discuss aspects related to federal and state government RFPs (Requests for Proposals) and grants. It contains a series of disjointed elements with potential references to procurement processes, funding opportunities, and compliance requirements specific to proposals in various sectors. While the specifics remain unclear due to encoding and formatting issues, the overall intent seems to revolve around providing guidelines or frameworks for entities seeking government funding and contracts. The document may aim to inform stakeholders about application procedures, eligibility criteria, the evaluation process, and necessary documentation for successful submissions. This context emphasizes the importance of adhering to regulatory standards and leveraging available resources to achieve project funding and partnership with governmental agencies. Overall, the fragmentary nature hampers a complete understanding of the text, but the underlying theme suggests a focus on facilitating government procurement and funding initiatives.
    The document is a Contractor's Release form issued by the Department of Transportation, intended for contractors involved in federal contracts. It outlines the terms under which the contractor releases the government from liabilities associated with the contract after receiving payment. The form is structured to specify any claims not being released, including those related to third-party liabilities and patent reimbursements. The release must be signed by the contractor, confirming that they are authorized to do so on behalf of their corporation if applicable. This form is crucial for formalizing the completion of contractual obligations and ensuring clarity in the contractor's claims and liabilities, thereby protecting both the contractor and the government during the contract closeout process. It emphasizes the need for compliance with contractual provisions, particularly concerning patent matters. Overall, it serves to finalize financial and legal responsibilities following a contract's execution, reflecting best practices in federal contract management and compliance with government requirements.
    The document outlines a payment bond form required under the Act of August 24, 1935, for federal projects involving construction, supplies, or services. It establishes the obligations of the Principal and Surety(ies) to ensure payment to individuals and subcontractors providing labor and materials for the contracted work. Key components include the identification of the Principal, Surety name, business address, and financial parameters like the penal sum of the bond. The bond is only void if the Principal fulfills their payment obligations promptly, with waivers on notifying Sureties about contract modifications. Furthermore, it details the requirements for contractual execution, including the necessity for authorized signatures, the presence of corporate seals if applicable, and stipulations for individual sureties. To comply with the Paperwork Reduction Act, the form includes a statement regarding the collection of information associated with this bond, and it emphasizes that no penalties will apply for non-completion if the OMB Control Number is not displayed. The document serves to protect parties supplying labor and material and ensures obligations are met in federal and state/local contracts.
    The document outlines the Bid Bond required for federal contracting, specifically for submissions related to the Federal Aviation Administration (FAA). It states the purpose of the Bid Bond, which is to ensure the principal (the bidder) will fulfill their obligations if their bid is accepted. The document details the necessary information for execution, including the legal name and business address of the principal and surety, the penal sum of the bond, bid identification, and conditions under which the bond obligation becomes void. Key conditions include the obligation for the principal to execute contractual documents and provide required bonds upon bid acceptance, as well as covering costs if the principal fails to fulfill the contract terms. The Bid Bond serves as a financial guarantee to protect the government from defaults in awarded contracts. A notable aspect of the document is the outlined process for responding to the information collection, including an estimate of the time burden associated with completion. This framework indicates the regulatory oversight tied to federal procurement processes and compliance requirements in handling proposals for government contracts.
    The document outlines the requirements and conditions for a Performance Bond related to government contracts. It establishes the obligation of the Principal and Surety(ies) to ensure adherence to contract terms and the payment of applicable taxes if the contract falls under the Miller Act. The bond becomes void if the Principal meets contractual obligations, including performing all terms and modifications. The document specifies how to fill out the bond, requiring details like the legal name, addresses of Principal and Surety(ies), and liability limits for sureties, which must be approved by the Department of Treasury. Corporations must execute the bond and include the necessary authority documentation for representatives signing on behalf of the entities involved. This Performance Bond is critical in ensuring compliance and financial assurance in federal contracts, thus supporting effective governance in RFPs and federal grants. The bond form is standardized to maintain uniformity across transactions. Compliance with the Paperwork Reduction Act is also emphasized, ensuring oversight in information collection processes related to this bond.
    Similar Opportunities
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency located in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the FEMA National Radio System, ensuring effective communication during emergencies. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award going to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    Power Systems Design & Install 2
    Transportation, Department Of
    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.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of military aircraft, ensuring that essential components are restored to a serviceable condition. Interested contractors must submit their proposals by the extended deadline of October 10, 2025, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL. The estimated value for repairs determined to be Beyond Economical Repair (BER) is set at $625,287.08.
    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.
    YXTK 13-1806 Repair Electrical Distribution Lines, Feeder 5, Ascension Auxiliary Airfield (AAAF), South Atlantic Ocean
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of electrical distribution lines, specifically Feeder 5, at Ascension Auxiliary Airfield (AAAF) located in the South Atlantic Ocean. The project involves replacing existing overhead electrical lines and poles with new infrastructure, including underground duct banks and manholes, and requires the contractor to provide all necessary labor, equipment, and materials. This procurement is critical for maintaining the operational integrity of electrical systems at the airfield, ensuring reliable power distribution for military operations. Interested contractors must submit their bids electronically by 9:00 AM EST on January 8, 2026, with a project budget estimated between $10 million and $25 million. For further inquiries, contact Timothy R. Johnson at timothy.johnson@us.af.mil or Heather C. Carino at heather.carino@spaceforce.mil.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.