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 Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the implementation of guy system tensioning and related repairs for U.S. Forest Service (USFS) tower assets, with a focus on enhancing the safety and compliance of critical communication infrastructure. The project involves tasks such as guy system tensioning, corrosion abatement, grounding installation, and site-specific repairs at various repeater sites, including Winona, Golden Pond, and Cass, ensuring adherence to safety standards like OSHA and NFPA. This initiative is vital for maintaining operational capabilities of communication and lookout towers used in mission-critical operations within national forests. Interested vendors must submit their capability statements and responses by 4:00 p.m. Central Time on March 21, 2025, to Tamara Maxwell at tamara.m.maxwell@faa.gov, marking all documents as proprietary as necessary.

    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and safety regulations. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit their sealed bids by the deadline of March 17, 2025, with an estimated project budget between $1 million and $2 million. For further inquiries, contact Josh Huckeby at joshua.d.huckeby@faa.gov.
    Converting MVSS-R EchoShield Variant to MVSS-R SR-Hawk Variant
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the conversion of a Mobile Video Surveillance System-Radar (MVSS-R) EchoShield variant to an SR-Hawk variant for U.S. Customs and Border Protection (CBP). The project entails the modification and installation of a new SR-Hawk radar, necessary cabling, and mounting hardware, along with adjustments to the Single Access Positioner (SAP) to ensure compatibility with the new radar system. This initiative aims to enhance border security capabilities through upgraded surveillance technology, with the government providing the MVSS-R EchoShield truck for the conversion. Interested vendors must submit their responses by 4:00 p.m. CST on March 27, 2025, to Jason Perry at jason.m.perry@faa.gov, including "6973GH-25-R-MVSS – CBP MVSS-R Echo Shield Radar Conversion - MARKET SURVEY" in the subject line.
    ARSR-2 Pedestal Main Bearing
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors to provide four (4) ARSR-2 Pedestal Main Bearings, IFS P/N 100028189, as part of a market survey to assess capabilities and interest in fulfilling this procurement requirement. The FAA aims to gather information to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses certified by the SBA. The bearings are critical components for FAA operations, and the procurement process will consider responses to the market survey, which must be submitted by March 25th, 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov. Interested vendors are required to provide a capability statement, proof of entity registration in SAM, and any applicable certifications.
    Market Survey-Western Service Area Contract Security Officer Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Western Service Area, which includes states such as Alaska, California, and Hawaii, as well as Guam. The FAA seeks to procure armed CSO services to ensure the safety and security of its employees and facilities, requiring contractors to have a minimum of five years of experience in similar roles, along with necessary licenses and compliance with federal and state regulations. The services will encompass access control, visitor processing, and emergency response, with a focus on maintaining operational readiness and mitigating security risks. Interested parties must submit their past performance information and capability statements by March 26, 2025, to Timothy Thannisch at timothy.g.thannisch@faa.gov, adhering to specified formatting guidelines.
    FAA DVT Sustainment Program
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the FAA DVT Sustainment Program, which focuses on the long-term support and modernization of Distance Measuring Equipment (DME), Very High Frequency Omnidirectional Radio Range (VOR), and Tactical Air Navigation (TACAN) systems. The procurement aims to ensure the operational resilience of these critical navigation systems, which are essential for aviation safety, particularly as many of these systems are over 30 years old. Contractors will be required to provide comprehensive program management, systems engineering, quality assurance, and training programs, with a contract duration of up to 20 years and a minimum guaranteed work order of $100,000. Interested parties can contact Richard J. Simons at richard.j.simons@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further details.
    Silvus Radio Equipment Procurement
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the procurement and installation of Silvus Prism radio systems to enhance communications for the U.S. Customs and Border Protection (CBP). The project involves installing these radio systems across seven designated locations, including Miami, Tucson, Naco, Nogales, El Paso, and Yuma, with the contractor responsible for all labor and materials, including a goTenna Edge Relay, solar panel, waterproof enclosure, and associated antennas, while ensuring functionality through rigorous testing. This initiative is crucial for improving Integrated Logistics Support (ILS) for CBP's Air and Marine Operations, emphasizing adherence to DHS policies and coordination for any location changes. Interested parties should contact Jason Perry at jason.m.perry@faa.gov for further details regarding this Sources Sought notice.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.
    *IIJA* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "IIJA ZTL Abate Rust, Remove Louvers and Infill" at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement on adjacent brick walls, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is crucial for maintaining the integrity and safety of the facility, with a contract value anticipated between $50,000 and $100,000. Interested contractors must submit their proposals by April 4, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems, HVAC units, and lead paint remediation, all while ensuring minimal disruption to FAA operations. The contract is part of the Bipartisan Infrastructure Law funding, with an estimated value between $1 million and $5 million, and requires contractors to be registered in the System for Award Management (SAM). Key deadlines include a mandatory site visit on December 17, 2024, with proposals due by January 27, 2025. Interested parties can contact Elisha Distler at elisha.distler@faa.gov or by phone at 817-222-4196 for further information.
    MARKET SURVEY/CAPABILITY ASSESSMENT for Deos Development Seat Perpetual License, ARINC 653 and Rate Monotonic APIs Using Multicore Operation
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to assess capabilities for providing a Deos Development Seat Perpetual License, which includes ARINC 653 and Rate Monotonic APIs utilizing multicore operation. The FAA is seeking responses from interested vendors, including small businesses and 8(a) certified firms, to gather information on their ability to supply these licenses, which are crucial for software development in aviation systems. Interested parties must submit a capability statement and a Rough Order of Magnitude (ROM) estimate by 5:00 PM CDT on March 21, 2025, via email to Jennifer Lucas at jennifer.l.lucas@faa.gov, ensuring to mark all documents as proprietary.