Opportunity
SAM #2600165
FAA ATCT Cab Glass Fabrication and Delivery Contract
Buyer
Federal Aviation Administration
Posted
March 26, 2026
Respond By
April 09, 2026
Identifier
2600165
NAICS
238150
This FAA opportunity seeks specialized fabrication and delivery of replacement cab glass units for Air Traffic Control Towers (ATCT) nationwide. - Scope & Requirements: - Fabrication of customized insulating, laminated, and monolithic glass units for ATCTs - Glass must meet ASTM and IGMA standards, with up to 10-year warranties - Includes extras like argon gas filling, non-rectangular shapes, and special coatings - Delivery, crating, and OEM field support services required - Routine contract support and contractor travel included - Approved Manufacturers (OEMs): - Vitro/PPG - Nippon/Pilkington - Saint-Gobain - Guardian - AGC Glass - Agnora, Ltd. (identified as sole capable source in initial notice) - Place of Performance & Delivery: - FAA Logistics Center at Mike Monroney Aeronautical Center, Oklahoma City, OK - Direct delivery to ATCT sites across continental US, Alaska, Hawaii, Puerto Rico, and Guam - Contract Structure: - One-year base period plus four one-year option periods (up to five years total) - Vendor Requirements: - Must demonstrate ability to meet all technical and delivery requirements - Provide programmatic approach and small business status - Submit capability statements and rough order of magnitude estimates - NAICS Code: 238150 (Glass and Glazing Contractors), size standard $19M - No specific part numbers or quantities provided; all technical details in attachments - High-quality, timely replacements are critical for air traffic safety
Description
NOTICE OF INTENT TO SINGLE SOURCE CAB GLASS FABRICATION FOR FAA AIR TRAFFIC CONTROL TOWER (ATCT)
NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EMAILED TO THE POC IDENTIFIED FOR THIS ANNOUNCEMENT.
The purpose of this announcement is to announce the FAA’s intent to pursue a single-source acquisition strategy for the subject requirement.
At this time, Agnora, Ltd. is the only known source capable of meeting this requirement for ATCT cab glass fabrications in accordance with the attached specification.
The responses to this announcement will be used for informational purposes only. This is not a 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 submissions to this announcement is solely at the interested vendor’s expense.
The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) for budgetary purposes from businesses interested in and capable of providing the services as shown on the attached draft documents. Respondents to this announcement are encouraged to provide enough information about their companies to indicate that they are capable of performing this requirement.
Responses to this announcement may also be used to obtain the information necessary to determine whether adequate competition exists and to assess the potential for setting-aside the acquisition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms.
The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS – 238150 Glass and Glazing Contractors Size Standard –$19.0M
The FAA requests interested vendors to include the following information along with their submission: 1. Capability Statement - This document should identify: - Provision of the same or similar services as listed in the Requirements List that have been provided by your firm - Previous contracts and awards for these services (elaborate: quantities, dollar amounts, and provide detailed information and past performance) - Number of years in business - Small business, or economically disadvantaged small business status
2. Clearly state whether or not you can provide all of the fabrications and services as listed in the draft documents.
3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned, and 8(a) certified businesses.
4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft documents.
All responses must be received by 4:00 p.m. Central Time (Oklahoma Time) on April 09, 2026.
The FAA prefers that all submittals, including attachments, be submitted electronically to the following:
Email: Samantha.A.Pearce@faa.gov
Email is the preferred method of response. Please include "SPECIAL NOTICE RESPONSE: ATCT CAB GLASS” in the subject line of your email. Information provided will not be released, but please mark PROPRIETARY on all documents submitted as necessary.
The Acquisition Management System (AMS) is the governing regulation for the FAA over the Federal Acquisition Regulation (FAR). AMS Procurement Policy 3.2.2.4 governs single-source procedures. Offerors may refer to this policy at the following website: https://fast.faa.gov/PPG_Procurement_Guidance.cfm