Tower Inspection & Maintenance- Tobyhanna Army Depot
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
This is a Pre-Solicitation notice for an upcoming requirement for Tower Inspection and Repair Services at Tobyhanna Army Depot, Tobyhanna, PA 18466. This opportunity is a Total Small Business Set-Aside (FAR 19.5) under NAICS 237130 (size standard $45M). A Pre-Solicitation/Meeting with Industry is scheduled for April 22, 2026, at 9:00 AM EST via Microsoft Teams to review requirements and conduct a Q&A session.
Scope of Work
The requirement is for full tower maintenance services on five (5) towers/structures, including a 330 FT Tower, LMR Tower, Building 32 Platform, Building 31 Platform, and Tower Track Tower. Services include:
- Annual safety inspections for all towers/structures, compliant with TIA 222-H code and manufacturer recommendations.
- One-time repair for known structural deficiencies.
- Unscheduled remedial on-call repair work (Time & Material).
- Response within 72 hours for unscheduled work. Detailed inspection reports due within two weeks, repair reports within thirty days.
Contract & Timeline
- Contract Type: Hybrid (Firm Fixed Price for inspections and known repairs; Time & Materials for on-call repairs).
- Duration: One (1) Base Year of 12 months and four (4) 12-month option years (anticipated May 2026 to May 2031).
- Set-Aside: Total Small Business.
- Pre-Solicitation Meeting: April 22, 2026, 9:00 AM EST via Microsoft Teams (Meeting ID: 993 378 090 085, Passcode: ai9Ky3vb).
- Published: April 17, 2026.
Evaluation
Award will be based on Price, Past Performance, and Technical factors. Offerors should submit their best price. Past performance requires two relevant government and/or commercial contracts from the past five years. Technical evaluation will assess compliance with the PWS and TIA 222-H code.
Special Requirements
- Prospective offerors must have a current and active SAM.gov registration with no active exclusions or debt subject to offset.
- Contractor must develop and maintain an effective Quality Control Program (QCP).
- Contractor personnel require a completed background check and must maintain unescorted access to the installation.
- CMMC Level 2 certification is required.
- A site visit is highly encouraged.
- Applicable publications include TIA 222-H and other relevant regulations. Electronic invoicing via WAWF is required.
Contact Information
Jessica McHugh (jessica.l.mchugh.civ@army.mil, 570-615-6125).