Power Systems Design & Install 2 Solicitation - 6973GH-26-R-00018
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Aviation Administration (FAA) is soliciting proposals for a Power Systems Design & Install (PSDI) Multiple Award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This follow-on requirement supports the FAA's AJW-22 Power Services Group in replacing and modifying National Airspace System (NAS) power equipment nationwide. The opportunity is a Partial Small Business Set-Aside, with at least 70% of contracts awarded to small businesses. Phase I proposals are due Friday, April 3, 2026, by 5:00 PM CDT.
Purpose & Scope
This contract covers project management, design services, and installation/construction work for power systems and ancillary equipment at FAA NAS facilities across the United States and its territories. Key areas include Engine Generators (EG), Uninterruptible Power Supplies (UPS), Fuel Storage Tank (FST) Systems, Electrical Line Distribution (ELD) cabling, Alternative Energy Systems (AES), and Lightning Protection, Grounding, Bonding, and Shielding (LPGBS). Work is categorized into three tiers based on complexity: Category 1 (General NAS), Category 2 (Critical Power Distribution Systems & ELD), and Category 3 (ARTCC Critical Essential Power System). Services encompass site surveys, design, installation, construction, demolition, and disposal.
Contract Details
This is a Multiple Award IDIQ contract with Firm Fixed Priced (FFP) Contract Line Item Numbers (CLINs). The period of performance includes a 48-month base period and two 36-month option periods, totaling a potential 10 years. Each awarded contract will have a minimum obligation of $10,000, with a maximum task order value of $15,000,000. The estimated total contract value across all periods is $857,190,625.59. Government-Furnished Equipment (GFE) such as Electrical Power Distribution Equipment (EDE), Engine Generators (EG), Static Automatic Transfer Switches (STS), Uninterruptible Power Supplies (UPS), and Direct Current Back-Up Systems (DC BUS) may be provided.
Submission & Evaluation
Proposals will be evaluated using a Best Value Approach through a two-phase process.
- Phase I (Down-Select): Requires submission of the Relevant Corporate Experience Form (J.32), demonstrating experience in at least three of six specified project classifications (with at least one installation project) and geographic support in at least three CONUS and one OCONUS region. Only the Program Manager's resume (20-page limit) is required for Key Personnel. Sister company experience is permissible if resources are available.
- Phase II: Involves detailed Technical Approach (Design Proposal Form J.34 and Installation Proposal Form J.35) and Cost/Price Proposals (J.36). A minimum 60% score is required for each technical sub-factor to be rated "Qualified." Evaluation considers technical, cost/price, and past performance.
Key Documents & Deadlines
Offerors must review the Statement of Work (J.01), Contract Data Requirements List (J.02), Data Item Descriptions (J.03), and various FAA technical standards (e.g., J.11, J.12, J.15, J.26) and forms (J.07, J.08, J.09, J.32, J.34, J.35, J.36). All questions were addressed via RFI responses published March 25, 2026. Phase I proposals are due Friday, April 3, 2026, by 5:00 PM CDT, submitted electronically to jennifer.l.perry@faa.gov and stefanie.wiles@faa.gov.