*IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR- AMENDED 3.14.2025
ID: 6973GH-25-R-00105Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the Women’s Restroom and Men’s Shower Area at the ZSU Combined En Route and Approach Control (CERAP) facility in San Juan, Puerto Rico. The project involves extensive renovations, including the removal and replacement of plumbing fixtures, wall tiles, and drywall, with a focus on compliance with the Americans with Disabilities Act (ADA) and FAA electrical standards. This opportunity is set aside exclusively for small businesses, with a firm fixed price contract anticipated to be awarded to the lowest responsive and responsible offeror by March 19, 2025. Interested contractors must submit their proposals by email to Nina Musser at nina.j.musser@faa.gov, and a mandatory site visit is scheduled for March 5, 2025.

Point(s) of Contact
Files
Title
Posted
Feb 22, 2025, 12:05 AM UTC
The Federal Aviation Administration (FAA) has outlined a scope of work for the refurbishment of the women's restroom and men's shower area at the San Juan Combined EnRoute and Approach Control Facility (CERAP) in Puerto Rico. The project entails the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and installations of new water supply lines and fixtures, while ensuring compliance with ADA standards. It emphasizes maintaining operational integrity during construction, including safety protocols and dust control measures to avoid interfering with FAA operations. Contractors must submit safety data sheets for materials used and adhere to all OSHA guidelines. The work plan must be coordinated with FAA personnel, especially for activities that may impact air traffic operations. The contractor is responsible for the maintenance and restoration of the site, ensuring proper disposal of debris and compliance with building codes. A comprehensive construction schedule with a proposed start date and detailed activities must be provided within 15 days of the contract award. Overall, this refurbishment aims to enhance facility functionality and employee comfort while maintaining regulatory and safety standards.
Mar 26, 2025, 2:04 AM UTC
The document outlines a solicitation from the FAA for the remodeling of women's restrooms at the ZSU CTRB facility, with a budget between $50,000 and $100,000. The contractor is expected to undertake complete project execution, including labor, materials, and equipment, following the provided statement of work and drawings. A mandatory site visit is scheduled for March 5, 2025, and offers must be submitted by March 19, 2025. The contractor must begin work within five calendar days of the notice to proceed and complete the project within 30 days. Additionally, it is noted that the contractor must not use asbestos-containing materials and is responsible for securing all permits needed for the job. The FAA emphasizes compliance with various federal directives and mandates, including the Buy American Act, which requires using domestic construction materials. This solicitation exemplifies the FAA's commitment to maintaining safe and functional facilities while adhering to regulatory compliance throughout the contracting process.
Mar 26, 2025, 2:04 AM UTC
The document is an amendment to a solicitation and modification of a contract related to a restroom refurbishment project. It outlines several key changes: the deadline for offers is extended to March 28, 2025, and the Statement of Work (SOW) for the restroom refurbishing has been incorporated as of March 14, 2025. The amendment confirms that all other terms remain unchanged. Notable revisions include updates to sections on Inspection, Acceptance, and Deliveries, along with specific instructions regarding proposal submissions. Offerors are reminded to submit projects relevant to the solicitation, valued over $60,000, within the last three years, and to complete necessary experience information forms. Emphasizing efficient communication, the amendment requires all inquiries regarding project specifications to be submitted in writing by 3:00 PM CT, a week prior to the closing date. Additionally, it specifies that the FAA intends to award the contract to the lowest priced, responsible offeror without further negotiations. This document serves as a formal solicitation for bids in a federal procurement context, reflecting compliance and open communication essential for government contracting processes.
Mar 26, 2025, 2:04 AM UTC
This document serves as an amendment to an existing solicitation and contract regarding a project managed by the FAA Aeronautical Center. The primary purposes of the amendment include the incorporation of a new attachment (FAA-C-1217H), and the extension of the contract end date from March 28, 2025, to April 4, 2025. All other terms and conditions of the original contract remain unchanged. Additionally, the document contains a revised list of attachments, detailing their titles, dates, and number of pages, which include the Statement of Work (SOW) related to restroom refurbishments and associated forms. The document outlines how contractors must acknowledge receipt of the amendment and summarizes the necessary steps for submitting changes to their offers in light of this amendment. Overall, this amendment reflects administrative adjustments essential for the ongoing management and execution of the project under federal procurement guidelines.
Mar 26, 2025, 2:04 AM UTC
The document pertains to a Request for Proposal (RFP) for the remodeling of restrooms at ZSU, identified by the contract reference CTRB 6973GH-25-R-00105. It outlines the information contractors must provide regarding their experience. Key components include the contractor's name, address, contract or purchase order number, contract value and status, project title, project location, a description of the contractor's specific responsibilities, and contact information for the project owner or manager. This information is essential for assessing the qualifications and suitability of contractors for the restroom remodeling project. The structured format ensures that all necessary details are collected for evaluation during the selection process, reflecting typical requirements in governmental contracting and compliance with federal and state regulations.
Mar 26, 2025, 2:04 AM UTC
The FAA-C-1217H Chg 2 document outlines the minimum installation requirements for electrical wiring in FAA facilities, enhancing safety and efficiency beyond the National Electric Code (NEC). The specification mandates adherence to both national codes and specific FAA standards for electrical installations, including premises wiring within buildings and outdoor FAA areas. Key topics include grounding, safe work practices, and detailed requirements for wiring methods, installation practices, and quality assurance. Enhancements in this revision include clarifications regarding conductor separation, burial depths for outdoor wiring, and requirements for critical power systems in operations such as Air Route Traffic Control Centers (ARTCC). Additional guidelines cover electrical surge protection, wiring devices, and safety equipment to mitigate risks associated with electrical installations. The document is critical for contractors and stakeholders involved in FAA projects to ensure compliance with safety standards, promote operational integrity, and prevent electrical failures that could adversely affect aviation services. The specifications intend to ensure that all installations support the mission and operational needs of the FAA effectively.
Mar 26, 2025, 2:04 AM UTC
The document pertains to the Q&A for the refurbishment project of restrooms and men's shower area (RFP 6973GH-25-R-00105) under the jurisdiction of the FAA. Key inquiries address potential discrepancies in floor levels due to new tile installation and compliance with FAA electrical standards. In response to concerns regarding tile mismatches, the FAA acknowledges that new wall tiles will differ from existing floor tiles, allowing contractors to propose alternative combinations for consideration. Regarding electrical work, all tasks are mandated to comply with FAA standard FAA-C-1217H Chg 2, which governs electrical premises wiring. The document clearly states the prohibition of work on energized equipment and emphasizes coordination with the FAA Contracting Officer's Representative (COR) for all electrical activities. The responses in this document are structured to ensure that contractors are informed of the requirements and standards that must be adhered to for successful project execution, while maintaining a focus on safety and regulatory compliance throughout the refurbishment process. This Q&A serves to clarify expectations for contractors as they prepare their bids and work plans.
Mar 26, 2025, 2:04 AM UTC
The Federal Aviation Administration (FAA) seeks a contractor for the refurbishment of the women's restroom and men's shower area at the San Juan Combined EnRoute and Approach Control Facility. The project involves extensive removal of existing plumbing fixtures, partitions, wall tiles, and drywall, followed by the installation of new fixtures and finishes as per specified requirements, including compliance with the Americans with Disabilities Act (ADA). The contractor must maintain cleanliness and ensure minimal disruption to FAA operations during the renovation process. The contractor is responsible for all aspects of the project, including obtaining necessary permits and adhering to safety and environmental regulations. Coordination with FAA personnel is crucial to ensure ongoing facility operations, and any work affecting critical systems must be pre-approved. Regular inspections and a comprehensive cleanup are required upon project completion. The document outlines safety and personnel requirements, including the necessity for contractors to use approved materials and follow occupational safety standards. Overall, this RFP emphasizes not only the mechanical aspects of the refurbishment but also the significance of maintaining the operational integrity of FAA services during the construction phase.
Mar 26, 2025, 2:04 AM UTC
The document consists of fragmented data and appears to lack a clear structure, making it difficult to analyze in the context of government RFPs, federal grants, and state/local RFPs. However, indications suggest it might involve information regarding application processes or funding priorities for governmental projects. Key components seem to include discussions on request formulation, compliance guidelines, funding eligibility, and procedural frameworks necessary for applicants. The main topic revolves around outlining essential requirements and processes for obtaining government funding or responding to RFPs. It emphasizes the importance of adhering to specific regulatory standards, which are crucial for successful proposals. Additionally, the document underscores the potential health, safety, and environmental considerations that entities must address when engaging in funded projects. Overall, while the specifics are obscured due to the condition of the file, the essence captured reflects the administrative and procedural priorities inherent in government funding mechanisms and procurement activities.
Similar Opportunities
(IIJA) SIR-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov.
ZAU – Chicago Center - Vent Piping Repair
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZAU – Chicago Center Vent Piping Repair project located in Aurora, Illinois. The project involves replacing rotted vent pipes in the men's restrooms at the Air Route Traffic Control Center, addressing issues related to foul odors caused by sewage gases, and ensuring compliance with safety regulations during the construction process. This procurement is crucial for maintaining operational health and safety standards within federal facilities, with an estimated contract value of less than $50,000. Interested contractors must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit on April 16, 2025, to better understand the project requirements. For further inquiries, contact Amber Jones at Amber.N.Jones@faa.gov or Linda Hennequant at Linda.Hennequant@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Repair Exterior Doors, Windows & Frames- MDC Guaynabo, PR
Buyer not available
The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to solicit bids for a firm-fixed-price construction contract aimed at repairing exterior doors, windows, and frames at the Metropolitan Detention Center (MDC) in Guaynabo, Puerto Rico. The project entails the removal of existing doors and the installation of new exterior doors and frames, including specific hardware, as detailed in the forthcoming solicitation documents. This initiative is crucial for maintaining the security and functionality of penal facilities, with an estimated project value between $250,000 and $500,000. Interested small businesses must ensure their registration in the System for Award Management (SAM) and monitor the SAM website for the solicitation, which is expected to be posted around April 22, 2025. For further inquiries, potential bidders can contact Alex Jackson at a4jackson@bop.gov or by phone at 202-578-9940.
Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
(IIJA) SIR The Federal Aviation Administration (FAA) has a requirement for Replacement of Flow Control Valves at the FAA Potomac Consolidated TRACON in Warrenton, VA 20187.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. The project involves the replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, while adhering to safety protocols and minimizing disruption to air traffic control services. This initiative is part of the FAA's commitment to maintaining operational integrity and enhancing the efficiency of its air traffic control infrastructure. Proposals are due by April 22, 2025, with a site visit scheduled for April 8, 2025, and all inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 10 April 2025
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small business contractors to replace flooring in the boiler room, chiller room, and ESU offices at the Houston ARTCC ZHU. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a total area of approximately 4,323.4 square feet. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and emphasizes compliance with federal and state regulations regarding hazardous materials, ensuring a safe and functional working environment. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.