Air Traffic Control and Landing System Equipment Upgrade
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 Department of the Air Force has issued a Combined Synopsis/Solicitation (RFP FA8201-26-R-0007) for the Air Traffic Control and Landing System (ATCALS) Equipment Infrastructure Upgrade at Hill Air Force Base, UT, and the Utah Test and Training Range (UTTR). This opportunity is a Total Small Business Set-Aside and seeks proposals for engineering, furnishing, installing, and testing new fiber optic cable infrastructure. Proposals are due April 22, 2026, at 2:00 PM MDT.
Scope of Work
The contractor will be responsible for the EFI&T (engineer, furnish, install, and test) of a new fiber optic cable infrastructure. This includes installing underground conduit systems, maintenance holes, and fiber optic distribution panels, as well as splicing and terminating single-mode fiber optic cables. All work must comply with TIA telecommunication installation and testing standards, base installation standards, and environmental regulations. The contractor must also restore disturbed grounds and provide a one-year warranty for all work performed.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: Approximately May 15, 2026, to May 14, 2027 (one year post-award).
- Place of Performance: Hill AFB, UT.
- Set-Aside: 100% for Total Small Business Concerns (NAICS Code: 238210, Size Standard: $19.0M).
- Proposal Due: April 22, 2026, at 2:00 PM MDT.
- Questions Due: April 13, 2026, at 10:00 AM MDT.
- Site Visit: Scheduled for April 8, 2026, at 8:00 AM MDT. Interested parties must RSVP by April 2, 2026, at 2:00 PM MDT, providing names, DOB, driver's license number, and state of issuance to jonathan.visounnaraj@us.af.mil. No more than 3 employees per company are permitted.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Proposals will first be ranked by total price from lowest to highest. Only the lowest-priced proposal will be evaluated for technical acceptability on a pass/fail basis, assessing its ability to meet all Statement of Objectives (SOO) requirements.
Key Updates & Notes
- This is a new requirement, not a renewal of a previous contract. The estimated value is not disclosed.
- No progress payments or interim payments will be offered.
- Guidance is provided for differing site conditions, advising contractors to contact the COR for unexpected underground utilities.
- Environmental concerns regarding PFAS contamination in soil and groundwater are highlighted, with maps (PFAS North/South Runway Location) provided for reference. Contractors are advised on sampling and handling excavated soils.
- The requirement for a draft test plan submission has been adjusted to 30 days prior to mobilization, instead of 10 days after contract award.
- A Wage Determination (WD_ATCALS.pdf) is included, outlining minimum wage rates and fringe benefits for the specified geographic area (Davis, Morgan, Weber counties, UT).
- Key attachments include the SOO, CDRLs, Deliverables Table, and Instructions & Evaluation Factors.