Market Survey Request:
Tower Installation - MAUI HALEAKAL, HI (QHK) NDAG
MARKET SURVEY FOR THE DEMOLITION AND INSTALLATION ASSOCIATED WITH THE NATIONAL AEROSPACE (NAS) DEFENSE AIR TO GROUND (NDAG) TOWER INSTALLATION PROJECT AT THE MT. HALEAKALA (QHK) REMOTE CENTER AIR/GROUND (RCAG) SITE LOCATED NEAR THE SUMMIT OF MT. HALEAKALA ON THE ISLAND OF MAUI, HI. “DEMOLITION” INCLUDES BUT IS NOT LIMITED TO SITE PREPARATIONS FOR NEW CONSTRUCTION AND UNDERGROUND ROUTING OF CABLING/CONDUIT. “INSTALLATION” INCLUDES BUT IS NOT LIMITED TO PROVIDING A FOUNDATION/TOWER DESIGN, INSTALLING A 60-FOOT TOWER WITH COMPLETE LIGHTNING PROTECTION/GROUNDING/BONDING SYSTEM, AND INSTALLING RF CABLING, CONDUIT AND ALL SUPPORT EQUIPMENT.
The primary goal of this market survey is to interest and commercial capability to provide adequate site “Demolition” and Installation” for Mt. Haleakala (QHK) Remote Center Air/Ground (RCAG) site located near the summit of Mt. Haleakala on the island of Maui, HI. Prior to “installation,” all equipment and material shall be reviewed and accepted by an FAA representative. The Summary of Work (SOW) will contain details related to QHK NDAG Tower Installation project. Contractors shall furnish all labor, products, equipment, materials, and supervision for the demolition and installation.
The scope includes:
•Demolition as outlined in the SOW.
•Installation as outlined in the SOW.
•Including design, survey and all applicable documents.
The Contractor is responsible for accomplishing all items of work identified in the applicable drawings, specifications, and provisions of the contract when provided by the Government.
The nature of the competition remains undecided; options include full and open competition or potential set-asides for small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. This survey will assess the level of interest and capability among eligible firms.
Interested vendors must submit the following information:
1.Capability Statement:
oDetailed description of similar projects previously undertaken, including procurement and servicefulfillment.
oInformation on previous contracts and awards for similar studies and analysis, including types,dollar amounts, and performance details.
oNumber of years in business.
2.Programmatic Approach:
oProposed strategy for completing the work, specifying whether it will be in-house, throughteaming, or subcontracting.
oIndicate the percentage of work allocated to eligible small, service-disabled veteran-owned, and8(a) certified businesses.
3.SBA 8(a) Certification:
oCopy of SBA 8(a) certification letter, if applicable.
All responses must be submitted electronically by 5:00 p.m. Central Time (Oklahoma Time) on January 22, 2026. Please send submissions to:
•Email: Edward.B.Wright@faa.gov
Subject Line: Please include "Market Survey Response: MAUI HALEAKAL, HI (QHK) NDAG - Tower Installation Project" in your email subject line.
All the information provided will be kept confidential. Vendors are encouraged to mark any proprietary documents as necessary.
Note: No phone calls will be accepted. All inquiries must be submitted in writing via the email addresses provided. This survey aims to gather comprehensive industry insights to ensure effective and efficient procurement strategies for backup generation systems.