RADAR TOWER MAINTENANCE
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 National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), and Radar Operations Center (ROC) are conducting a Sources Sought for a potential 5-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for RADAR TOWER MAINTENANCE. This effort involves inspection, engineering evaluation, and repair services for 160 WSR-88D radar sites located across the United States and various overseas locations. Responses are due by February 11, 2026, 12:00 PM CST.
Purpose
This Sources Sought notice is for market research purposes to identify qualified vendors capable of providing life-cycle maintenance and catastrophic recovery services for existing radar towers supporting the NEXRAD WSR-88D systems. The goal is to ensure the structural integrity and continuous operational availability of these critical towers for the tri-agency NEXRAD program (Department of Commerce, Department of Defense, and Department of Transportation).
Scope of Work
The potential IDIQ contract would cover:
- Inspection and Engineering Evaluation: On-site technical evaluations of WSR-88D towers and associated hardware, providing detailed condition reports. Urgent inspections require on-site presence within 48 hours (CONUS) or 96 hours (OCONUS).
- Structural Repair, Replacement, and Restoration: Performing necessary repairs, component replacements, and galvanic coating restoration to return towers to a "like new" condition. Repairs must be certified by a structural engineer.
- Engineering Data and Change Proposals: Providing updated engineering data or Engineering Change Proposals (ECPs) for any tower modifications.
- Locations: Services will be required at 160 WSR-88D sites, including those in the Continental U.S. (CONUS) and Outside Continental U.S. (OCONUS) such as Alaska, Hawaii, Guam, and Korea.
Contract & Timeline
- Type: Sources Sought (for a potential 5-year IDIQ).
- Set-Aside: None specified (market research stage).
- Response Due: February 11, 2026, 12:00 PM CST.
- Published: January 21, 2026.
- NAICS Code: 237130 - Power and Communication Line and Related Structures Construction.
Response Requirements
Interested vendors should submit an electronic capability statement demonstrating:
- Understanding and compliance with the attached Performance Work Statement (PWS).
- Company profile including SAM-listed name, address, Unique Entity ID (UEI), SBA certified small business status (if applicable), and primary/secondary points of contact.
- Information on common commercial practices and any other relevant details beneficial to the Government's market research.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or an obligation to procure services. The Government does not own complete data rights for the WSR-88D Towers; Valmont-Microflect holds proprietary design data, but the Government possesses as-built drawings. All climbing personnel must be certified according to OSHA, ANSI, and NATE standards.