Hatch ATC Equipment Movement
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 Army, Mission Installation Contracting Command-Fort Eustis Detachment Rucker, is conducting market research through a Sources Sought notice for the Hatch ATC Equipment Movement project at Fort Rucker, AL. This requirement involves the de-installation, engineering, relocation, and reinstallation of Air Traffic Control (ATC) equipment from the current Air Traffic Control Tower (ATCT) to a newly constructed ATCT at Hatch Stage Field. The purpose is to identify qualified sources capable of performing these services to ensure continued air traffic control operations.
Scope of Work
The contractor shall provide all personnel and supervision for the comprehensive relocation of ATC equipment. Key tasks include:
- De-installation and Reinstallation: Removing existing ATC equipment and installing it into the new ATCT, adhering to building designs and specifications.
- Cabling and Grounding: Ensuring all required cabling and grounding are installed in compliance with FAA-STD-019e and MIL-STD-188-124(B).
- Equipment Relocation: Moving specific items such as a DENRO Small Tower Voice Switch, radio racks, TACO Antennas, FM Antenna, FM Transceiver, VHF/UHF transmitters/receivers, Digital Audio Legal Recorder/NAS Voice Recorder, Wind Instrument System, and rack-mounted Uninterrupted Power Supply (UPS).
- New Installations: Installation of 12 runs of ½ Inch Heliax Cabling with four TACO type antennas, 1 FM Radio Antenna, IDF Blocks, two radio racks, and an FMQ-13 with two indicators.
- Design & Engineering: Designing, engineering, procuring, and installing four communications consoles, including new hardware and grounding.
- Site Survey: Conducting an initial site survey to identify necessary materials and plan the relocation, culminating in an Installation Bill of Materials (IBOM).
- Quality Assurance: Implementing a quality program compliant with ISO 9001:2008 and providing a Quality Control Plan. Operational testing will be performed and witnessed by a government representative.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm Fixed Price
- Product Service Code: N059 (Installation Of Equipment: Electrical And Electronic Equipment Components)
- Period of Performance: 21 September 2026 through 20 September 2027 (Base Year)
- Place of Performance: Hatch Stagefield, Fort Rucker, Alabama
- Set-Aside: This requirement may be set-aside for small businesses or procured through full and open competition. The NAICS code is 238210 (Small Business Size Standard: $19M). Businesses of all sizes are encouraged to respond and must clearly identify their business size and socio-economic status (Small, SDB, WOSB, HUBZone, SDVOSB). For a Small-Business Set-Aside, the prime must perform at least 50% of the work.
Submission & Eligibility
- Capabilities Statement: Interested parties must submit a capabilities statement (maximum 10 pages, Times New Roman 10 pitch).
- Deadline: April 14, 2026, at 1:00 PM CDT.
- Submission Method: Email to melissa.k.mayhall2.civ@army.mil.
- Special Requirements: Contractor personnel must possess a minimum of a Secret Clearance. Operations must comply with OSHA, EPA, and other Federal Regulatory bodies' standards. The government will provide specific equipment (GFE).
Additional Notes
This is for informational purposes only and does not constitute a Request for Proposal (RFP). No funds are available for response preparation. Potential offerors are responsible for monitoring SAM.gov for future solicitations.