SOLICITATION: REHABILITATION OF VERY HIGH FREQUENCY OMNI-DIRECTIONAL RANGE (VOR) SHELTER BUILDING AT MILLINOCKET MUNICIPAL AIRPORT (MLT) IN MEDWAY, MAINE
ID: 6973GH-25-Q-00057Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the rehabilitation of the Very High Frequency Omni-Directional Range (VOR) Shelter Building at Millinocket Municipal Airport (MLT) in Medway, Maine. The project entails comprehensive interior and exterior renovations, including the installation of new insulation, ceilings, LED lighting, and roofing, while ensuring compliance with Davis-Bacon Wage Rates and safety protocols. This refurbishment is crucial for maintaining navigational facilities that support aviation safety and operations. Interested small businesses must submit sealed offers by the specified deadline, with the contract expected to be awarded to the lowest responsible offeror, and work to be completed within 45 days of receiving a notice to proceed. For further inquiries, potential bidders can contact Stephen Branch at stephen.n.branch@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation and modification of a government contract related to logistics procurement under the FAA Aeronautical Center. It outlines the amendment number, the date it became effective, and instructions for contractors on acknowledging receipt of the amendment. Significant changes include the removal of specific compliance clauses related to non-segregated facilities, equal opportunity, and affirmative action, reflecting an update in regulatory focus. Additionally, a new provision mandates adherence to recent Presidential directives, emphasizing compliance with various Executive Orders issued in January 2025 that aim to rescind previous policies and enhance merit-based opportunities. The document preserves all other original terms and conditions of the contract, signifying a critical adjustment in the contractual parameters to conform with emerging federal mandates. This amendment highlights the government's ongoing effort to streamline operational compliance and adjust to new executive guidelines affecting procurement and contracting processes.
    This government document outlines a solicitation for construction services related to the refurbishment of the MLT VOR building at the FAA Aeronautical Center. Issued on February 10, 2025, under solicitation number AC-24-03140, it emphasizes that the project is fully set aside for small businesses and intends to award the contract to the lowest responsible offeror. The contractor must deliver the completed work within 45 days after receiving a notice to proceed. Key attachments accompanying the solicitation include the Statement of Work, Wage Determination, Contractor's Release Form, and Offeror Organizational Experience Form. The document details requirements for sealed offers, performance and payment bonds, and emphasizes the contractor’s obligations regarding inspection, approval of submittals, and adherence to various contractual clauses, particularly concerning labor standards and affirmative action compliance. Additionally, sections address inspection rights, payment processes, electronic invoicing, and compliance with federal regulations. The solicitation exhibits a strong commitment to local business engagement, regulatory adherence, and maintaining safety and quality standards throughout the construction process, reflecting the FAA’s operational protocols in contract awards.
    The document is a Contractor's Release form issued by the Department of Transportation, serving the purpose of formalizing the release of the United States Government from liabilities relating to a specified contract once payment has been made. The contractor acknowledges receipt of payment and discharges the Government from claims arising under the contract, with exceptions for specified claims, unknown third-party liabilities, and certain patent-related costs. The release must be executed by the contractor and includes provisions for corporate signatories. This form is significant for federal contracts as it ensures clarity regarding financial obligations and liabilities, reinforcing accountability in government contracting processes. Overall, the document encapsulates essential legal protections for both parties involved in federal contracts.
    The document outlines a framework for Offerors responding to a Request for Proposals (RFP) related to government contracts, specifically exploring federal and state grants and task orders. Key sections include Offeror identification, details regarding specific projects, and requirements for documenting past experience. Each project entry requires comprehensive information, such as the company name, contact details, contract numbers, financial values, project statuses, titles, descriptions, locations, and client contacts. The purpose of the document is to facilitate the submission of proposals by requiring detailed information that will assist in evaluating Offeror qualifications based on minimum project value and recency criteria. This structure ensures that potential contractors provide essential background, thereby enabling the government to assess their capabilities in managing and executing the contract effectively. Overall, the file emphasizes compliance with regulatory requirements while streamlining the RFP documentation process for prospective bidders.
    The document outlines a Request for Proposal (RFP) for the rehabilitation of the VOR Shelter Building in Millinocket, Maine. The project includes extensive work on both the interior and exterior of the building, requiring the contractor to supply all necessary materials and labor, while ensuring compliance with Davis-Bacon Wage Rates. The interior tasks include protecting existing equipment, removing and disposing of old materials, installing new insulation, ceilings, LED lighting, and carpeting, as well as repainting. Exterior work involves applying an elastomeric roof coating, installing a non-slip surface, replacing doors, and paving around the facility while adhering to safety protocols and manufacturer specifications. The document emphasizes operational risk avoidance, indicating that work cannot begin until FAA personnel declare the facility safe, highlighting the need for coordination and safety compliance in all phases of construction. Overall, it reflects government standards for infrastructure improvements, ensuring functional and regulatory adherence in VOR facility upgrades.
    Similar Opportunities
    Remove the existing asphalt shingle roof and install a new metal roof on the ASR storage building roof
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove the existing asphalt shingle roof and install a new 26-gauge metal roof on the Airport Surveillance Radar (ASR) storage building located at Bangor International Airport in Maine. The project requires adherence to safety regulations, including compliance with Davis-Bacon Wage Rates and OSHA standards, while ensuring operational continuity for radar systems during construction. This initiative is crucial for maintaining infrastructure integral to the National Airspace System, with an estimated project cost ranging from $50,000 to $100,000 and a performance period of 30 calendar days upon receiving the notice to proceed. Interested contractors must RSVP for a mandatory site visit scheduled for February 19, 2025, and can contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further details.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    Nome, AK Boiler Replacement at FAA Housing Complex
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of boilers at the FAA housing complex in Nome, Alaska. The project aims to enhance the heating system's functionality and efficiency while ensuring minimal disruption to residents during the transition, with a completion deadline set for September 27, 2025. This procurement is crucial for maintaining safe and comfortable living conditions for FAA personnel and their families, reflecting the government's commitment to infrastructure integrity. Interested small businesses must submit their sealed proposals by February 21, 2025, with a project budget estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Jason Fox at Jason.A.Fox@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotations for the removal and replacement of an inoperable rooftop HVAC unit at Building 2410, Joint Base Cape Cod, Massachusetts. The project aims to enhance operational efficiency for the United States Air Force and Federal Aviation Administration by installing a new natural gas-fired HVAC system, which includes necessary electrical connections and airflow balancing, while adhering to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with a budget range of $25,000 to $125,000, and proposals are due by 4:00 PM EST on February 26, 2025. Interested contractors can contact Patricia Barnett at patricia.barnett@dot.gov or Matthew Phelps at matthew.phelps@dot.gov for further information.
    IIJA FUNDED - MAF ATCT HVAC MODERNIZATION
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the modernization of the Midland International Air and Space Port Airport Traffic Control Tower (ATCT), focusing on the replacement of HVAC systems, roofs, fire alarm systems, electrical panels, and lightning protection systems. The project, estimated to cost between $2 million and $7 million, aims to enhance the operational efficiency and safety of the ATCT, ensuring compliance with current standards while minimizing disruption to ongoing FAA operations. Interested vendors are encouraged to submit capability statements detailing their relevant experience by February 27, 2025, as this initiative is part of the FAA's commitment to infrastructure improvement and safety. For further inquiries, vendors may contact Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov.
    Gatehouse Air Vent Repair and Conduit Removal, North Hartland Lake, N. Hartland, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Gatehouse Air Vent Repair and Conduit Removal project at North Hartland Lake in North Hartland, Vermont. The project entails repairing three air vents, including replacing expansion joint materials and fixing a weld break, as well as the safe removal of 70 linear feet of electrical conduit. This work is critical for maintaining the structural integrity and safety of the gatehouse, particularly in light of recent lead-containing paint surveys that highlight the need for careful remediation and compliance with environmental safety standards. Interested contractors must submit their proposals by the specified deadline, with work expected to commence within 21 days of receiving the Notice to Proceed and to be completed by August 31, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.