Federal Contract Opportunity

Last Updated on 15 Jan 2025 at 6 PM
Sources Sought
Fort worth Texas

National Qualified Vendors List (QVL) for a National NAVCOM/NAVAIDS Fall Protection System Upgrades for the Air Traffic Organization (ATO)

Details

Solicitation ID 697DCK-23-R-00624
Posted Date 15 Jan 2025 at 6 PM
Response Date 16 Nov 2025 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 697dck Regional Acquisitions Svcs
Agency Department Of Transportation
Location Fort worth Texas United states 76177

Possible Bidders

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Mckesson Corporation

Minneapolis Alpharetta Phoenix Cayce Livonia Broomfield Concord O fallon Malvern West sacramento Westminster North hampton Irving San francisco

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Amerisourcebergen Drug Corporation

Wayne Chesterbrook Malvern Conshohocken

Sign up to access Documents

Signup now

The Federal Aviation Administration (FAA) anticipates establishing a centralized Qualified Vendor’s List of contractors who can provide the implementation and construction of upgrades of existing non-compliant tower safety on various NAVAIDS/NACOM towers, including but not limited to Glide Slope (GS) towers, Remote Transmitter Receiver (RTR) towers and Remote Center Air to Ground Communication (RCAG) towers. The vendors should be able to respond to all areas in the contiguous United States (lower 48). The FAA is soliciting capability statements from interested Small Business concerns that are interested in becoming a qualified source.

Interested contractors should provide documentation showing the following (Attachment 1 of your response):

    1. Knowledge and experience with installation of fall protection systems
    2. Minimum 5 years tower experience to include, but not limited to, installing fall protection ladder safety systems, fixed ladders, modifying or upgrading guardrails, toeboards, platforms, and other modifications for fall protection systems compliance on communication/navigation towers.
    3. Must be capable of reviewing and understanding AutoCAD design drawings and construct accordingly.
    4. Experience with federal government work and past experience with Federal Aviation Administration and/or airport locations is preferred. 
    5. Experience with installing MSA Dyna Glide rigid rail system or similar system.
    6. Experience with installing and modifying OSHA compliant guardrail and swing gate installations.
    7. Experience with onsite fabrication work to enlarge or modify tower hatch openings
    8. Must be knowledgeable of OSHA Fall Protection Regulations in particular OSHA 29 CFR 1910.
    9. Must be knowledgeable of ANSI Standards in particular Z359.16-2016 and A14.3-2018. 
    10. Personnel with Competent Person Certifications
    11. Experienced work-at-heights team/crew lead 
    12. Experienced fall protection systems installers with tower climbing certification and fall protection rescue experience

The information received in response to this sources sought announcement will be used to determine whether there is a reasonable expectation of obtaining offers from responsible vendors from the below small business concerns:    

Socially and Economically Disadvantaged Small Business (8(a)-certified)

Service-Disabled Veteran-Owned Small Business

Historically Underutilized Business Zone Small Business

Small Disadvantaged Business

Women-Owned Small Business

Economically Disadvantaged Women-Owned Small Business

As part of your response, please complete the Small Business Size and Preliminary Past Performance Validation Form attached (Attachment 2 - BUSINESS SIZE AND PRELIMINARY PAST PERFORMANCE VALIDATION FORM)                                                         

This announcement is not a Screening Information Request or Request for Proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for and is not liable for costs associated with the preparation and submittal of responses to this announcement. Any costs associated with the submission of a response to this request are solely at the interested vendor’s expense.

Responses should be submitted electronically to the designated Point of Contact in Microsoft Word format or Portable Document Format (PDF) with the subject line “National NAVCOM/NAVAIDS Fall Protection System Upgrades for the Air Traffic Organization (ATO)”  - QVL – Sources Sought

Similar Opportunities

Clarksburg West virginia 09 Jul 2025 at 3 PM
Clarksburg West virginia 09 Jul 2025 at 3 PM
Clarksburg West virginia 09 Jul 2025 at 3 PM
Clarksburg West virginia 09 Jul 2025 at 3 PM
Pennsylvania 01 Aug 2025 at 4 AM (estimated)