Antenna Tower IDIQ
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 Navy, NAVAIR WARFARE CTR AIRCRAFT DIV, has awarded a Firm-Fixed-Price Five Year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Tower Solutions LLC (CAGE: 1QFM6) for the procurement of Antenna Towers. This award was made on a Sole Source Basis.
Scope of Work
This contract is for antenna towers manufactured by Tower Solutions LLC, identified under product service code 5450 (Miscellaneous Prefabricated Structures). These towers are required to meet specific operational needs for the NAWCAD Webster Outlying Field (WOLF) Special Communications Mission Solutions (SCMS) Division, including particular height, wind resistance, collapseability, the ability to be lowered to ground level for maintenance, and support for a 600 lbs payload.
Contract & Timeline
- Type: Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ)
- Duration: Five Years
- Awardee: Tower Solutions LLC
- Set-Aside: Sole Source (Justified for Other Than Full and Open Competition)
- Award Date: January 26, 2026
- Related Pre-solicitation Synopsis: N68335-25-R-0478
Justification for Sole Source
The award to Tower Solutions LLC was justified due to their status as the sole manufacturer of these specific antenna towers. The company retains proprietary rights to the design and technical data, making alternative vendors or technologies impractical due to significant duplication of cost that would not be recovered through competition. Market research, including inquiries on GSA Advantage, DLA PLIS, NAWCAD Small Business Program, Dynamic Small Business Search, a SAM Request for Information (February 18, 2025), and a pre-solicitation synopsis (June 30, 2025), confirmed Tower Solutions LLC as the only source capable of meeting the requirements. The Contracting Officer determined the anticipated cost to be fair and reasonable.
Future Competition
The Government currently has no plans to compete future requirements for these specific supplies but will continue market research to identify potential sources and assess future competition if new options emerge.