Search Contract Opportunities

Seeking Sources for Relocating and Installation of Government Furnished Generators to Tower Surveillance Systems Near Nogales, AZ

ID: 6973GH-25-MS-00013 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW.

This is a market survey to determine viable commercial options for the relocation and installation of a 7kw generator with other required components. The generator is in Nogales, Arizona and the specific location is provided with the accompanying Statement of Work (SOW). The contractor shall provide labor, travel, mobilization activities, tools, materials, equipment, permits/application fees (including all local and state), and expertise necessary to relocate the standby 7KW Stealth Power generator (government furnished), auxiliary diesel tank (government furnished), automatic transfer switch (government furnished) at the Customs and Border Protection (CBP), Remote Video Surveillance System (RVSS) tower located in the Nogales, Arizona area. Detailed requirements and expectations are provided in the attached draft SOW.

The responses to this market survey will be used for informational purposes only. This is not a Screening Information Request (SIR) or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense.

At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. A limited competition pool may be established from responses recieved from this announcement. If interested in providing a proposal when/if the FAA releases a soliciation, please respond to this announcement.

The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (budgetary planning estimates) from businesses interested in and capable of providing the required service and material per the draft SOW. Respondents to this market survey are encouraged to provide comments regarding the government's approach to this requirement.

The North American Industry Classification System (NAICS) codes and size standards for this effort:

NAICS 238210, Electrical Contractors and Other Wiring Installation Contractors

The FAA requires interested vendors to confirm their ability to provide the specific equipment required under this market survey. No substitutions or other like items shall be accepted.

Each vendor should include the following information along with their submission:

1. Capability Statement - This document should identify:

History of providing the specific service being requested

Relevant previous government contracts and awards for successful services being requested (elaborate: quantities dollar amounts and provide detailed information and past performance)

Number of years in business

2. Clearly state whether you can provide all the types of service listed in the draft SOW.

3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for providing all requested services.

4. Please advise if the delivery schedule is reasonable for the work to be done.

5. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft requirements documents.

6. Any questions or concerns about the attached FAA's draft requirement or any missing information needed to provide a firm fixed price proposal.

All responses to this market survey must be received by 5:00 p.m. Central Time (Oklahoma Time) on July 7, 2025.

The FAA requests that all submittals, including attachments, be submitted electronically to the following:

Email: joshua.d.huckeby@faa.gov

Please include "MARKET SURVEY RESPONSE: Generator Relocation at Crawford II Lima (Nogales, Arizona) in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.

Background
The Federal Aviation Administration (FAA) is conducting a market survey to identify viable commercial options for the relocation and installation of a 7KW generator and associated components at the Customs and Border Protection (CBP) Remote Video Surveillance System (RVSS) tower in Nogales, Arizona. This initiative aims to enhance surveillance capabilities during power outages by ensuring standby backup power is available. The contractor will be responsible for providing all necessary labor, materials, equipment, and permits required for this project.

Work Details
The contractor shall perform the following tasks: relocate a government-furnished 7KW Stealth Power generator, auxiliary diesel tank, and automatic transfer switch at the CBP RVSS tower. This includes providing labor, travel, mobilization activities, tools, materials, equipment, permits/application fees, and expertise necessary for the relocation. Specific tasks include:

- Building a new concrete foundation according to site drawings.
- Installing the engine generator, diesel tank, and automatic transfer switch within the secured area of the site.
- Providing all necessary wiring, conduit, connectors, electrical boxes, and other auxiliary items for successful installation.
- Ensuring compliance with local, state, and federal codes and laws.
- Conducting a site survey to confirm accuracy of drawings and conditions.
- Submitting project close-out reports that include photographs of completed work and final installation documentation.

Period of Performance
The total project shall be completed within 30 days after receipt of award.

Place of Performance
Nogales, Arizona at GPS Coordinates: 31.33815, -110.95331.

Overview

Response Deadline
July 7, 2025, 5:00 p.m. EDT Past Due
Posted
June 26, 2025, 1:11 p.m. EDT (updated: July 7, 2025, 10:56 a.m. EDT)
Set Aside
None
Place of Performance
City
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 6/26/25 Acquisitions & Business Services issued Sources Sought 6973GH-25-MS-00013 for Seeking Sources for Relocating and Installation of Government Furnished Generators to Tower Surveillance Systems Near Nogales, AZ due 7/7/25. The opportunity was issued full & open with NAICS 238210 and PSC Y1BG.
Primary Contact
Name
Josh Huckeby   Profile
Phone
None

Documents

Posted documents for Sources Sought 6973GH-25-MS-00013

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought 6973GH-25-MS-00013

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 6973GH-25-MS-00013

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 6973GH-25-MS-00013

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 6973GH FRANCHISE ACQUISITION SVCS
FPDS Organization Code
6920-6973GH
Source Organization Code
500000011
Last Updated
July 7, 2025
Last Updated By
joshua.d.huckeby@faa.gov
Archive Date
July 12, 2025