Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOURCES SOUGHT

J -- Tower Climbing Service for White Sands Missile Range

Notice Date
12/19/2025 9:50:25 AM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544 USA
 
ZIP Code
76544
 
Solicitation Number
W91151FY26MetBPA
 
Response Due
1/19/2026 2:00:00 PM
 
Archive Date
02/03/2026
 
Point of Contact
Matthew Gaskins, Lexie Morin
 
E-Mail Address
matthew.c.gaskins2.civ@army.mil, lexie.a.morin.civ@army.mil
(matthew.c.gaskins2.civ@army.mil, lexie.a.morin.civ@army.mil)
 
Description
Sources Sought Notice Tower Climbing Service for White Sands Missile Range White Sands Missile Range, New Mexico This is a Sources Sought Notice only. The Army Test and Evaluation Command (ATEC) Meteorology Branch at White Sands Missile Range is seeking qualified contractors capable of providing tower climbing services for the maintenance, repair, and replacement of meteorological equipment on test range telecommunications towers, specifically the wind birds critical for atmospheric data collection. The selected contractor will be responsible for safely accessing these towers to perform necessary maintenance and repairs, including the removal of obsolete equipment and the installation of new wind birds, while ensuring strict adherence to safety and operational standards. Interested vendors are encouraged to submit their qualifications and capabilities related to tower climbing and telecommunications equipment maintenance and repair. This notice aims to assess the market and gather information for potential future procurement actions. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry, sam.gov. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 238990 � All Other Specialty Trade Contractors with size standard of $19 million. Attached is the draft Performance Work Statement (PWS). In response to the sources sought, please provide the following information and keep responses to no more than 5 pages: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID number, Commercial and Government Entity (CAGE) code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Interested parties are requested to submit their response no later than 19 January 2026 at 04:00 pm Central Standard Time (CST). All responses under this Sources Sought Notice must be emailed to Contracting Support Specialist, Matthew Gaskins at matthew.c.gaskins2.civ@army.mil and Contract Specialist, Lexie Morin at lexie.a.morin.civ@army.mil. All correspondences shall reference the sources sought Notice ID, W91151FY26MetBPA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d114a5376f4d434fba5f626a55cc2564/view)
 
Place of Performance
Address: White Sands Missile Range, NM, USA
Country: USA
 
Record
SN07671694-F 20251221/251219230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.