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) is soliciting proposals for the Power Systems Design & Install 2 (PSDI II), a follow-on Multiple Award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This partial small business set-aside aims to procure comprehensive power systems design, installation, and project management services for FAA facilities across the National Airspace System (NAS). Phase I proposals are due Friday, April 3, 2026, by 5:00 PM CDT.

Scope of Work

This opportunity covers project management, design services, and installation/construction for power systems and ancillary equipment at FAA NAS facilities throughout the United States and its territories. The scope includes Engine Generators (EG), Fuel Storage Tank (FST) Systems, Uninterruptible Power Supplies (UPS), Electrical Distribution Equipment (EDE), HVAC, underground power cable distribution, Electrical Line Distribution (ELD), Fiber Optic Transmission Systems (FOTS), Alternative Energy Systems (AES), and Lightning Protection, Grounding, Bonding, and Shielding (LPGBS). Work is categorized into three tiers based on complexity:

  • Category 1 (General NAS): Small to medium facilities (e.g., 20-700 kW EGs, 40-160 kVA UPS).
  • Category 2 (CPDS & ELD): More complex facilities like ATCTs and TRACONs (e.g., 300-1000+ kW EGs, 60-225+ kVA UPS).
  • Category 3 (ACEPS): Large consolidated TRACONs and ARTCCs (e.g., 1000-1500+ kW EGs, 200-550+ kVA UPS). Services include site surveys, design development (specifications, drawings), installation, construction, demolition, and disposal.

Contract Details

  • Contract Type: Multiple Award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed-Price (FFP) Contract Line Item Numbers (CLINs).
  • Period of Performance: A 48-month base period, followed by two 36-month option periods, for a potential total of 10 years.
  • Estimated Value: The total estimated contract value across all periods is approximately $857,190,625.59.
  • Minimum Obligation: $10,000 per contract awarded during the base period.
  • Maximum Task Order Value: $15,000,000.
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a $19M size standard.

Set-Aside

This is a Partial Small Business Set-Aside. At least 70% of the awarded contracts will be designated for small businesses, with the remaining up to 30% awarded on an unrestricted basis.

Evaluation & Submission

Proposals will undergo a two-phase evaluation using a Best Value Approach. Phase I involves a down-select based on relevant corporate experience (Attachment J.32), requiring demonstration of experience in at least three of six specified project classifications and specific geographic regions. Phase II will involve technical and cost/price evaluation. Offerors must be registered in SAM.gov. All questions must be submitted via email to jennifer.l.perry@faa.gov and stefanie.wiles@faa.gov by Friday, March 13, 2026, 5:00 PM CDT. Phase I bids are due Friday, April 03, 2026, 5:00 PM CDT, submitted electronically to the same email addresses.

Key Requirements

Contractors must comply with FAA Acquisition Management System (AMS) policies, not FAR. Deliverables include Program Plans, Management Reports, Site Survey Reports, Design Documents, and Installation Documents (detailed in J.02 CDRL and J.03 DID). Compliance with FAA standards (e.g., FAA-STD-019G for lightning protection, FAA-C-1391f for ELD systems) and industry codes (NEC, NFPA, IEEE) is mandatory. Government-Furnished Equipment (GFE) may include major components like engine generators and UPS, while contractors provide other necessary equipment (CFE).

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 2
Pre-Solicitation
Posted: Dec 16, 2025
View
Version 1Viewing
Pre-Solicitation
Posted: Dec 15, 2025
Power Systems Design & Install 2 Solicitation - 6973GH-26-R-00018 | GovScope