Fiber Optic Lease at the Metropolitan Washington Airport Authority (MWAA) - Notice of Intent to Sole Source
Special Notice from TRANSPORTATION SECURITY ADMINISTRATION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 13, 2026. Industry: NAICS 238210 • PSC W060.
Market snapshot
Awarded-market signal for NAICS 238210 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 70 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238210
Description
The Transportation Security Administration (TSA) intends to contract using other than full and open competition for a fiber optic lease that ensures TSA maintains fiber optic connectivity at the Metropolitan Washington Airport Authority (MWAA). Accordingly, the TSA intends to award purchase order to Metropolitan Washington Airport Authority (MWAA). This puchase order will address the requirements of the TSA Information Technology(IT)/ End User Services Division (EUSD). TSA intends to award this requirement under the authority of Federal Acquisition Regulation (FAR) 13.106-1(b)(2) for a period of five (5) years (one-year base period and four one-year option periods).
TSA requires the lease of single-mode fiber (SMF) and associated fiber cross connections to support TSA communications connectivity requirements at Ronald Regan Washington National Airport and Dulles International Airport. This synopsis is not a request for competitive quotes. It is a notice that outlines the Government's intent to contract on a sole source basis with MWAA.
Sources may identify their interest and capability by responding to this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov in an electronic format, no later than April 13, 2026 at 12:00PM Local Time (Arlington, VA). All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than two (2) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is not to be considered a request for quotations or proposals but is displaying the Government's intent to pursue a sole source strategy for this acquisition.
Interested vendors who may wish to seek subcontracting opportunities should contact the above named airport directly.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.