SOLICITATION: REFURBISH THE LOW-LEVEL WIND SHEAR ALERT SYSTEM (LLWAS) AT THE TALLAHASSEE INTERNATIONAL AIRPORT (TLH) IN TALLAHASSEE, FL.
ID: 6973GH-26-R-00026Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting offers for the refurbishment of the Low-Level Wind Shear Alert System (LLWAS) at the Tallahassee International Airport (TLH) in Florida. The project aims to extend the operational life of the existing system by replacing electrical and mechanical components, repairing towers, installing security fences, and restoring the site across eight LLWAS stations. This refurbishment is critical for maintaining safety and operational efficiency at the airport, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their proposals by November 5, 2025, at 4:00 PM Central Time, with a site visit scheduled for October 23, 2025. For further inquiries, contact Stephen Branch at stephen.n.branch@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The amendment to solicitation number 6973GH-26-R-00026, effective October 14, 2025, extends the solicitation period to November 17, 2025. Issued by the AAQ-710 Logistics Center ACQ and administered by the FAA Aeronautical Center in Oklahoma City, this modification replaces the original Statement of Work (SOW) with an updated version titled "SOW - TLH LLWAS Refurbishment Project_2025 11 05." Additionally, a Questions and Answers (Q&A) Sheet (6973GH-26-R-00026) and the new SOW document are added as attachments. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered.
    The Federal Aviation Administration (FAA) is seeking offers for a one-time, standalone contract to refurbish the TLH LLWAS as detailed in the Statement of Work. This competitive solicitation, numbered 6973GH-26-R-00026 and issued on October 14, 2025, is 100% set-aside for small businesses, with an estimated price range of $25,000 to $75,000. The successful contractor must begin performance within 5 calendar days and complete the work within 60 calendar days after receiving the notice to proceed. Key requirements include furnishing all labor, tools, materials, equipment, transportation, and supplies. Offers are due by 4:00 PM local time on November 5, 2025, and must remain valid for 90 calendar days. The solicitation includes attachments such as a Statement of Work, Wage Determination, Contractor's Release Form, and Offeror Organizational Experience Form, emphasizing compliance with various federal regulations including Buy American Act, prohibitions on certain telecommunications and software, and records management.
    The Department of Transportation's Contractor's Release form outlines the conditions under which a contractor discharges the U.S. Government from all liabilities and claims upon payment of a specified sum. This release form is used in federal government contracts. It details specific exceptions to this release, including certain claims with stated or estimated amounts, claims for contractor liabilities to third parties unknown at the time of release but later notified to the Contracting Officer, and claims for reimbursement of patent-related costs. The form also mandates contractor compliance with contract provisions regarding patent matters and unreleased claims, including notification and litigation defense. It includes provisions for corporate execution, requiring a secretary's statement to confirm authorization and scope of corporate powers.
    The document outlines a standardized "OFFEROR EXPERIENCE INFORMATION" form for government contractors, likely associated with a Request for Proposal (RFP) process (SIR: 6973GH-26-R-00026). It requires offerors to provide detailed information for up to two projects, including company details, contract/task order/purchase order numbers and dollar values, and project status (active or completed with dates). Key sections demand a comprehensive project description, outlining the offeror's role and specific responsibilities, as well as contact information for the project owner or manager from the client (government entity or company). The form emphasizes compliance with "Sections L and M of the SIR Document for Minimum Project Value and Recency Criteria," indicating specific evaluation parameters for submitted projects. This structure ensures a consistent and thorough assessment of an offeror's relevant past performance and capabilities.
    The Q&A sheet for RFP 6973GH-25-R-00026, "TLH Tower Refurb," addresses critical questions regarding the refurbishment of tower sites. Key clarifications include the definition of "Reduced Equipment (RE) Status," which permits only one station to be offline at a time, eliminating the need for generator backup power during electrical component replacement. The realignment of leaning poles is removed from the scope of work, with existing poles remaining in place due to their structural soundness. Additionally, warning signage is no longer required, and the FAA will provide new "US Property – No Trespassing" signs. The contractor is responsible for determining permitting requirements and their means and methods for accomplishing tasks, such as accessing tall poles and managing existing gravel at new fence sites. This document helps define the project's parameters and contractor responsibilities.
    The Federal Aviation Administration (FAA) is initiating a refurbishment project for the Tallahassee Low-Level Wind Shear Alert System (LLWAS). This project aims to extend the life of the existing system through electrical and mechanical component replacement, tower repair, fence installation, and site restoration across eight LLWAS stations. The scope includes replacing corroded parts with stainless steel, installing new security fences with grounding, placing gravel, and upgrading surge protection devices. Contractors are responsible for obtaining permits, adhering to strict safety regulations, and warrantying materials and workmanship for one year. The FAA will provide site access, oversight, and review submittals such as safety plans and project schedules. No onsite storage, dumpsters, restrooms, or utilities are available, requiring the contractor to manage all logistics independently. The project emphasizes compliance with federal, state, and local codes, including OSHA and FAA standards.
    The Federal Aviation Administration (FAA) is undertaking the TLH LLWAS Refurbishment Project in Tallahassee, FL, to extend the life of the existing Low-Level Wind Shear Alert System. The project involves electrical and mechanical component replacement, tower repair, fence installation, and site restoration across eight LLWAS stations. Key tasks include replacing corroded components, installing new security fences with grounding, placing gravel, installing warning signage, providing surge protection devices, and performing maintenance on equipment rings. The contractor is responsible for all work in accordance with FAA requirements, building codes, and manufacturer specifications. General conditions emphasize safety, permits, a project schedule, and a one-year warranty. The FAA will provide site access, oversight, and document review. Required submittals before the Notice to Proceed include a safety plan, project schedule, permits, shop drawings, and material data sheets.
    Similar Opportunities
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    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.
    Maxwell AFB - Airfield Repairs - Amendment 0001
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield repairs at Maxwell Air Force Base (AFB) in Montgomery, Alabama. The project, designated as "Maxwell AFB Airfield Improvements," includes tasks such as pavement pressure washing, markings replacement, sinkhole repair, and concrete pavement repair, with a completion timeline of 120 calendar days. This procurement is set aside exclusively for small businesses, with a total small business size standard of $45 million in annual receipts, and proposals are due by 1:00 PM local time on December 10, 2025. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil, and note that a site visit is scheduled for December 3, 2025, at 11:00 AM CST.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Repairs/Overhauls of Signal Proc's, Receiver/Transmitters, and Antenna's for use on the HC-144 Aircraft.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking sources for the repair and overhaul of signal processors, receiver/transmitters, and antennas used on the HC-144 aircraft. This opportunity aims to identify commercially available vendors capable of providing these services in accordance with Original Equipment Manufacturer (OEM) specifications, as the HC-144 aircraft operates in challenging environments that accelerate wear and corrosion. Interested vendors must respond with detailed company information, product specifications, and relevant certifications by December 16, 2025, at 4:00 PM EST, and should direct their responses to Logan J. Brown via email at Logan.J.Brown3@uscg.mil.