6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
ID: 6973GH-25-R-00122Type: Solicitation
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 identified U.S. Forest Service (USFS) tower assets located in Mississippi. The project involves installing new grounding systems, ensuring structural integrity through tensioning of guy wires, and adhering to safety standards such as TIA-222 Rev. H and NFPA 780. This procurement is crucial for maintaining reliable telecommunications infrastructure that supports USFS operations. Interested contractors must submit their proposals by April 29, 2025, at 4:00 PM CST, and direct any inquiries to Tamara Maxwell at tamara.m.maxwell@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) issued by the Federal Aviation Administration (FAA) for specific supplies and services associated with construction projects at three sites in Mississippi: Airey South, Erambert Orchard, and Wausau Repeater. It outlines the need for contractors to furnish all labor, materials, and equipment needed to complete the projects within 30 days after receiving a Notice to Proceed. The RFQ specifies the requirement for electronic submission of payment requests, compliance with various government regulations such as the Buy American Act, and prohibits contracting for products or services from Kaspersky Lab entities. Additionally, it emphasizes the importance of submitting quotations and securing necessary performance and payment bonds. The document includes detailed schedules for site visits, payment terms, and stipulates that funding is subject to availability. Contractors are required to follow regulations regarding wage determinations, as well as provide necessary forms and bonds to ensure the timely and effective completion of the projects. This RFQ forms part of a broader federal initiative to engage competitive offers while adhering to rigorous compliance and safety standards.
    The document outlines a Request for Proposal (RFP) for maintenance and upgrades to several repeater sites managed by the U.S. Forest Service (USFS). Key tasks include installing grounding systems according to TIA-222 Rev. H, building above-grade ground systems meeting NFPA 780 standards, and securing waveguide/cables at specified intervals. Contractors are also asked to address specific issues at each site, such as adjusting and securing antennas, replacing cracked transmission lines, and installing battery terminal protectors to mitigate arc flash risks. The document features a Q&A section, addressing common contractor inquiries regarding site specifics, materials, and project timelines. It highlights the need for detailed onsite evaluations to determine specific measurements and equipment specifications. Overall, this RFP emphasizes regulatory compliance, safety in installation practices, and the importance of detailed planning and execution in enhancing communication infrastructure across federal repeater sites. The project's goal is to ensure reliable telecommunications support for the USFS operations while adhering to national safety standards.
    The Statement of Work (SOW) outlines requirements for maintenance and repairs of guyed towers for the U.S. Forest Service (USFS) as part of its mission to manage national forests effectively. The selected contractor will address critical infrastructure issues, focusing on specific sites in Mississippi, including Airey South, Erambert Orchard, and Wausau Repeaters. Key tasks include installing grounding systems per standards, performing corrosion control, and ensuring structural integrity through tensioning of guy wires. The contractor will provide all necessary equipment and submit a detailed project schedule, with work completion expected within 30 days from commencement. Compliance with safety regulations, including OSHA and NFPA standards, is mandatory throughout. Additionally, the contractor must ensure security of government equipment and conduct remedial actions as outlined in inspections, following procedures for documentation and reporting. The document emphasizes the importance of structural safety and environmental considerations in the maintenance of communication infrastructure integral to USFS operations.
    The document appears to be a corrupted or improperly formatted file, making it challenging to extract coherent information or identify a clear topic. Nevertheless, the context suggests it relates to government requests for proposals (RFPs), federal grants, or local initiatives likely aimed at funding or regulating projects. The overarching purpose of such documents typically encompasses soliciting proposals from potential contractors and grant applicants to support governmental or public service projects. Key ideas in government RFPs often include project objectives, eligibility requirements, evaluation criteria, submission guidelines, and timelines. Despite the difficulty in deriving specific content, the analysis of the typical structure of an RFP indicates that essential components would revolve around the desired project outcomes, funding limits, and compliance regulations. In summary, while the document's accessibility is hindered due to corruption, it is understood to reflect ongoing governmental processes for funding and managing public projects through solicitations and grant-writing practices, underpinning the collaborative efforts between the government and external organizations.
    The document is a release form utilized by contractors in relation to federal transportation contracts. It formalizes the contractor's acceptance of a payment sum from the U.S. Government and serves to release the Government and its representatives from any liabilities connected to the contract, with specific exceptions. Noteworthy exclusions include pre-defined claims, third-party liability claims not known at the time of the release, and reimbursement claims related to patent issues. Contractors are required to comply with the contract's terms regarding notifications and ongoing obligations concerning patents and legal claims. This form is crucial in ensuring a formal conclusion of financial obligations while protecting both parties' interests under the contractual agreement. Its structure includes sections for the contractor’s details, payment amounts, claims exclusions, and execution signatures, highlighting the importance of accountability and compliance in governmental contracting environments.
    The document is a payment bond form for use when a payment bond is required under federal law, specifically the Act of August 24, 1935. It establishes a binding agreement between the Principal (the contractor) and Surety(ies) (the guarantors) for payment obligations related to labor and materials in government contracts. Key components include the legal identification of the Principal, Surety(ies), and the bond's penal sum amount. The obligation becomes void if the Principal ensures timely payment to all parties providing labor or materials, allowing for modifications to the contract without notifying Sureties. Instructions detail the requirements for executing the bond, including the need for corporate seals, the necessity for sureties to be approved, and the obligations of the signatory. The form is governed under OMB control number 2120-0595, which mandates compliance with the Paperwork Reduction Act. Overall, this form ensures financial protection for government contracts, safeguarding suppliers and laborers involved in federally funded projects.
    The document is a bid bond form used in the context of federal contracting, specifically overseen by the Federal Aviation Administration (FAA). It serves as a guarantee that a principal (the bidder) will fulfill the terms of their bid on a government project, typically relating to construction, supplies, or services. The bond includes essential details such as the date of execution, the principal's legal name and address, type of organization, and the surety's name and address, along with the penal sum of the bond. In essence, the bond becomes void if the principal accepts the bid and fulfills the necessary contractual obligations or compensates the government for any additional costs incurred. Key conditions stipulate that any extension for the acceptance of the bid does not affect the surety's obligations unless they exceed 60 days. The document outlines both the legal commitments of the parties involved and the procedural requirements underpinning federal RFPs, ensuring compliance and accountability during the bid process. It emphasizes the importance of adhering to federal guidelines to secure government contracts effectively, ultimately facilitating smoother operations within federal grant and RFP procedures.
    The Performance Bond document outlines the obligations of the Principal and Sureties to the United States Government in relation to government contracts. It specifies that a performance bond is necessary when the Principal enters into a contract, and it acts as a guarantee for fulfilling all contract terms and any authorized modifications. The bond includes provisions for payment of taxes if applicable under the Miller Act and emphasizes the sureties’ liability in the event of default. Detailed instructions are provided for filling out the bond, including the necessity for the Principal's legal name and business address, as well as the identities of corporate or individual sureties involved. It also stipulates that corporate sureties must be listed on the Department of the Treasury's approved list and comply with various requirements, including the use of corporate seals. The document underscores the importance of compliance with the Paperwork Reduction Act and provides a federal agency's control number, indicating its regulatory approval. This performance bond serves as a crucial document in ensuring accountability and financial security in the context of federal grants, RFPs, and state/local projects.
    Lifecycle
    Similar Opportunities
    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.
    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.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    UAS Controlled Via Fiber Optic Cable
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.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.
    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.
    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.
    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.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    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.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.