SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
ID: 6973GH-25-Q-00094Type: 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
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for HVAC installation and ductwork repair services at the St. Thomas ATCT facility. The RFQ emphasizes a 100% set-aside for small businesses, targeting cost-effective proposals. Interested contractors must submit their quotes by May 7, 2025, with a performance period of 45 days after receiving the Notice to Proceed. Key requirements include providing all necessary labor, materials, and compliance with safety regulations, including proper waste management and the use of non-asbestos materials. The contractor must document and report all construction and debris management efforts monthly. The contract stipulates strict adherence to federal guidelines, including the Buy American Act and conditions related to lobbying disclosures. The FAA will evaluate proposals based on price, with the intention of awarding a contract to the lowest responsible offeror. This RFQ signifies the FAA’s commitment to ensuring efficient and compliant construction practices through small business engagement in federal projects.
Apr 11, 2025, 4:09 PM UTC
The document is a Contractor's Release form from the Department of Transportation, establishing a formal agreement between the contractor and the U.S. Government in relation to a contract. It specifies that, upon payment of a designated sum, the contractor releases the government from all obligations and claims resulting from the contract, with exceptions for certain specified claims, unknown claims related to third parties, and claims associated with patent-related costs. The form outlines the requirements for notifying the contracting officer regarding these exceptions and the contractor's obligations concerning patent matters. It includes a provision for corporate signatories, affirming that the individual signing on behalf of the contractor holds the appropriate authority as authorized by the corporation's governing body. This document serves a critical function in government contracting by ensuring that all parties are aware of their rights and obligations, streamlining the process of formally recognizing the completion of contractual financial terms. It reflects the contractual relationship's nature in federal, state, and local project solicitations, emphasizing the importance of clarity in the release of claims and financial accountability.
Apr 11, 2025, 4:09 PM UTC
This government document outlines the structure for submitting information related to federal solicitations, specifically for Request for Proposals (RFPs), grants, and task orders. It includes sections for offeror details, project specifics, and ownership information. Key elements required from the offeror include company name, contact information, project title and location, as well as a detailed project description that specifies the offeror’s role and responsibilities. Additionally, the document requires information on the project manager from the client side and emphasizes compliance with minimum project value and recency criteria stated in Sections L and M of the SIR Document. This structured information aims to facilitate an organized and systematic approach to project proposals and contracts within federal and local governmental frameworks. Overall, the document ensures clarity in submissions while seeking to streamline the proposal evaluation process.
Apr 11, 2025, 4:09 PM UTC
The FAA NAS Defense Programs intends to contract the installation of two 20 Ton HVAC units at the FAA STT ASR Facility in St. Thomas, USVI. The contractor will provide all necessary labor, materials, and equipment (excluding government-furnished equipment). Key tasks include the removal of existing AC units, power washing, duct repairs, installation of new units, and ensuring system functionality, all completed within 45 days of contract award. Special requirements mandate a pre-construction conference, approval of a detailed work plan, and coordination with FAA personnel to avoid disruptions. Inspections by the Contracting Officer’s Representative (COR) will occur at various stages, requiring access to all work areas. The contractor is responsible for adhering to safety protocols per OSHA regulations, maintaining construction site security, and obtaining necessary permits. All debris must be disposed of properly, and any damage caused during construction must be repaired at the contractor's expense. This project reflects the government's effort to maintain operational efficiency and safety standards in critical infrastructure.
Lifecycle
Title
Type
Similar Opportunities
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
BTV MODERNIZE AIR CONDITIONING AND AIR HANDLING EQUIPMENT FAA AIRPORT TRAFFIC CONTROL TOWER BURLINGTON, VT
Buyer not available
The Federal Aviation Administration (FAA) is seeking to prequalify contractors for the modernization of air conditioning and air handling equipment at the Airport Traffic Control Tower in Burlington, Vermont. The project involves the replacement and upgrade of the HVAC system, including the removal of existing units, installation of new systems, and provision of temporary climate control during the upgrade process. This initiative is crucial for maintaining efficient operational facilities and aligns with the FAA's commitment to modernizing infrastructure. Interested contractors must submit their qualifications, including financial documentation and project references, by the specified deadline, with the contract value estimated at $18.5 million. For further inquiries, contact Rodgers Cox at rodgers.l.cox@faa.gov.
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
LIT ATCT, HVAC, Replace Boiler, Controls System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls and a new boiler installation, ensuring that a fully operational cooling system is maintained throughout the construction phase. This upgrade is critical for maintaining operational integrity and compliance with FAA standards, as it enhances the facility's HVAC capabilities and ensures safety and efficiency in air traffic control operations. Interested contractors must submit their proposals by May 28, 2025, following a mandatory site visit on May 7, 2025, with an estimated project budget between $850,000 and $1,500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
TX ARANSAS/MATAGORDA IS NWR - HVAC REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide HVAC replacement services at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The project involves the complete removal of four old HVAC systems and the installation of four new systems, with a focus on enhancing environmental controls within the bunkhouse. This initiative is crucial for maintaining operational efficiency and compliance with federal and local mandates, emphasizing the use of ENERGY STAR products to meet environmental standards. Interested contractors must submit their quotes by April 23, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical components, with an estimated project cost between $750,000 and $1 million. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of air traffic control services, ensuring compliance with federal regulations throughout the project lifecycle. Interested parties must submit their offers by April 23, 2025, and are encouraged to attend a site visit on April 2, 2025; for inquiries, contact Cindi Tjelde at cindi.tjelde@faa.gov or 206-231-3026.
(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.
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/Replace HVAC Systems
Buyer not available
The Department of Defense, specifically the Air Force Research Laboratory in Rome, New York, is seeking bids for the repair and replacement of HVAC systems as part of a federal contract. The project encompasses hazardous material abatement, general construction, mechanical and plumbing work, and the disassembly and reinstallation of existing furniture systems, with a focus on ensuring small business participation as it is a total small business set-aside under NAICS code 236220. This procurement is critical for maintaining operational efficiency and safety within the facility, with an estimated construction magnitude between $5 million and $10 million and a performance period of 540 calendar days post-award. Interested contractors must acknowledge all amendments and submit their bids by April 29, 2025, and can direct inquiries to Jennifer Calandra at Jennifer.Calandra@us.af.mil.
*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 16 April 2025
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified small businesses for a flooring replacement project at the Houston ARTCC facility, specifically targeting the boiler room, chiller room, and ESU offices. The project involves the removal and disposal of existing vinyl and carpet flooring, asbestos abatement, and the installation of new epoxy flooring, adhering to strict safety and compliance standards. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and is budgeted between $50,000 and $100,000, with a contract award anticipated to the lowest responsive bidder by April 25, 2025. Interested contractors must submit their proposals to Nina Musser via email by the specified deadline, ensuring all required documentation is included.