*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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified contractors holding a Multiple Award Contract (MAC) at Tinker Air Force Base (AFB) for the renovation of restrooms and a janitor's closet in Building 1055. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must RSVP for an initial site visit scheduled for December 17, 2025, and are required to submit their proposals following the release of the Request for Proposal (RFP), which is currently in draft form. For further inquiries, contractors can contact Isaac Demmers at isaac.demmers@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    Z2DA--Resurface Parking Garage C
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for design-build services to resurface Parking Garage C at the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. The project aims to restore the structural integrity and surface condition of the garage, addressing issues such as deterioration, drainage improvements, and safety system upgrades. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their technical and price proposals in a two-phase process, with the contract period spanning 730 days, contingent on fund availability. For further inquiries, potential bidders can contact Contracting Officer Ana G. Alvarado at ana.alvarado@va.gov.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.