Power Systems Design & Install 2

SOL #: 6973GH-26-R-00018Pre-Solicitation

Overview

Buyer

Transportation
Federal Aviation Administration
6973GH FRANCHISE ACQUISITION SVCS
OKLAHOMA CITY, OK, 73125, United States

Place of Performance

Place of performance not available

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Mar 3, 2026
3
Response Deadline
Feb 1, 2026, 11:00 PM

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 Federal Aviation Administration (FAA) has issued a Draft Presolicitation for the Power Systems Design & Install 2 (PSDI II) Multiple Award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This opportunity, designated as a Partial Small Business Set-Aside, seeks services for power systems design, installation, and related construction across FAA facilities nationwide. The official solicitation will be released at a later date. Questions regarding this draft are due by January 23, 2026, 5:00 PM CST.

Opportunity Overview

This MA IDIQ contract will feature Firm Fixed-Price (FFP) Contract Line Item Numbers (CLINs) and has a potential total duration of 10 years (a 48-month base period plus two 36-month option periods). The estimated total contract value is approximately $857 million. Individual task orders will have a maximum value of $15 million. Contractors must be registered in SAM.gov.

Scope of Work

The Statement of Work (SOW) covers project management, design services, and installation/construction for power systems and ancillary equipment supporting FAA Facility Power Systems programs within the National Airspace System (NAS) across the U.S. and its territories. Work is categorized into three tiers based on complexity:

  • Category 1 (General National Air Space - GNAS): Small to medium facilities (e.g., 20-700 kW engine generators, 40-160 kVA UPS, fuel storage, alternative energy systems).
  • Category 2 (Critical Power Distribution Systems - CPDS & Electrical Line Distribution - ELD): More complex facilities like ATCTs and TRACONs (e.g., 300-1000+ kW engine generators, 60-225+ kVA UPS, larger fuel storage, extensive cable distribution).
  • Category 3 (ARTCC Critical Essential Power System - ACEPS): Large consolidated TRACONs and ARTCCs (e.g., 1000-1500+ kW engine generators, 200-550+ kVA UPS, extensive fuel storage, complex switchgear). Services include site surveys, design tasks (architectural, structural, mechanical, electrical), and installation tasks (facility modifications, equipment installation, testing, fuel tank work, ELD, Lightning Protection, Grounding, Bonding, and Shielding (LPGBS)). All work must comply with applicable FAA specifications, standards (e.g., FAA-STD-019G, FAA-C-1391e, FAA-STD-032), orders, and industry codes.

Key Requirements & Deliverables

Bidders will need to demonstrate relevant corporate experience (J.32) in specific project classifications and geographic regions. Proposals will require detailed technical approaches for design (J.34) and installation (J.35). Required deliverables include Program Plans, Program Management Reports, Site Survey Reports, Design Documents, and Site Preparation and Installation Documents, as outlined in the Contract Data Requirements List (CDRL) (J.02) and Data Item Descriptions (DIDs) (J.03). Performance and Payment Bonds (J.07, J.08) will be required. The government may provide equipment (GFE) such as generators, UPS, and electrical distribution equipment (J.04).

Evaluation & Submission

This will be a two-phase evaluation process: Phase I for down-selection and Phase II for technical and cost/price evaluation. Technical proposals will be assessed using evaluation worksheets (J.33) for Design Proposal, Installation Proposal, and Key Personnel, requiring a minimum 60%

People

Points of Contact

Stefanie WilesSECONDARY
Jennifer Perry CSPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 16, 2025
Version 1
Pre-Solicitation
Posted: Dec 15, 2025
View