Fiber Optic Lease at the Metropolitan Washington Airport Authority (MWAA) - Notice of Intent to Sole Source
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 Transportation Security Administration (TSA) intends to award a sole source purchase order to the Metropolitan Washington Airport Authority (MWAA) for a fiber optic lease. This action, designated as an 8(a) Sole Source (FAR 19.8), is under the authority of FAR 13.106-1(b)(2) to ensure TSA maintains critical fiber optic connectivity at Ronald Reagan Washington National Airport and Dulles International Airport. This is a Notice of Intent to Sole Source, not a request for competitive quotes. Interested sources must respond by April 13, 2026, at 12:00 PM Local Time (Arlington, VA), to demonstrate clear and convincing evidence that competition would be advantageous to the Government.
Scope of Work
The requirement is for the lease of single-mode fiber (SMF) and associated fiber cross connections to support TSA's Information Technology (IT)/End User Services Division (EUSD) communication connectivity needs at both airports.
Contract & Timeline
- Type: Special Notice (Notice of Intent to Sole Source)
- Duration: Five (5) years (one-year base period and four one-year option periods)
- Set-Aside: 8(a) Sole Source (FAR 19.8)
- Response Due: April 13, 2026, 12:00 PM Local Time (Arlington, VA)
- Published: April 8, 2026
Evaluation
Responses to this notice must provide detailed technical capabilities and other information demonstrating the ability to meet government needs, showing clear and convincing evidence that competition would be advantageous. Responses are limited to two (2) pages and must be submitted electronically.
Additional Notes
This synopsis is for informational purposes only and is not a request for quotations or proposals. The Government's determination not to compete this action based on responses is solely at its discretion. Information received will be considered only for determining whether to conduct a competitive procurement. Vendors interested in subcontracting opportunities should contact MWAA directly.
Contact: Siobhan Lawson (Siobhan.Lawson@tsa.dhs.gov)