PVD ATCT Gate and Component Relocation - "IIJA" (Infrastructure Investment and Jobs Act)
ID: 6973GH-25-R-00097Type: 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 AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island. The project involves relocating an existing 20-foot vehicle security gate, installing a new 18-foot ingress gate, and enhancing associated fencing and access controls to improve security at the Air Traffic Control Tower. This procurement is critical for maintaining secure and efficient air traffic operations, with a contract value anticipated between $100,000 and $250,000. Interested contractors must submit their proposals by March 28, 2025, and are encouraged to attend a mandatory site visit scheduled for February 19, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 6973GH-25-R-00097, issued by the FAA's Logistics Center in Oklahoma City. The primary purpose of this amendment is to extend the proposal submission deadline from March 13, 2025, to March 28, 2025, at 5:00 PM CDT. All other terms and conditions of the solicitation remain unchanged. The amendment includes specific revisions to the instructions, conditions, and notices to bidders, emphasizing the necessity of certain representations and certifications by offerors and noting that the FAA aims to award a single contract to the lowest responsible offeror. Instructions for proposal submission detail requirements such as submitting Organizational Experience Questionnaires and a proposal guarantee. Additionally, it specifies that the FAA will retain copies of all unsuccessful proposals. Overall, the document delineates essential procedural changes and requirements, ensuring clarity in the solicitation process for potential contractors.
    The document outlines the requirements and conditions for a Bid Bond, applicable to federal RFPs and procurement processes. It specifies the necessary components, including the legal names of the Principal and Surety, the bid identification, and the penal sum of the bond, which serves as a financial guarantee to the government. The bond becomes void if the Principal accepts the bid and provides necessary documentation and additional bonds within stipulated timelines. The Surety's obligations remain intact even if there are extensions for bid acceptance. Potential liability issues regarding cost overruns are addressed, ensuring that if the Principal fails to execute the contract, they cover the excess costs incurred by the government. The document includes spaces for signatures and additional information from both individuals and corporate entities involved. Overall, it serves to protect the government's financial interests by ensuring compliance in bid acceptance and subsequent contract execution.
    The document is the Organizational Experience Questionnaire (OEQ) related to the PVD ATCT Gate and Component Relocation project under the federal government RFP 6973GH-25-R-00097. It serves as a form to be filled out by contractors seeking to demonstrate their relevant experience. The questionnaire includes sections for the contractor's name, address, and details regarding their associated contract such as number, dollar value, and status. Additionally, it requires information about the project title, location, description of the contractor's role and responsibilities, as well as contact details for the project owner or manager. This structured format aims to collect essential information that assesses contractors' organizational experience that may support the decision-making process in awarding the contract. The questionnaire facilitates thorough evaluation and documentation of contractors' expertise, helping to ensure compliance and effectiveness in project execution.
    The document outlines a payment bond form required for federal contracts, specifically under the Act of August 24, 1935. It serves to protect individuals providing labor and materials for contracted work, establishing a binding agreement between the Principal and Sureties to ensure financial accountability. The form necessitates the identification of the organization type, incorporation state, surety details, and the penal sum of the bond which indicates the maximum liability. Key provisions include conditions for the bond to be void if the Principal fulfills payment obligations to all parties supplying labor and materials, and the requirement for authorized signature and corporate seals. The form also emphasizes compliance with the Paperwork Reduction Act, providing an estimation of response time for information collection and details on submitting comments about the information burden to the Federal Aviation Administration. Overall, this document is integral for liability assurance in federal bidding processes, facilitating adherence to legal standards while ensuring protection against non-payment in contractor obligations.
    The document outlines a performance bond form required for government contracts, establishing a legal obligation between the Principal (contractor) and Surety (guarantor) to ensure contract fulfillment. The form necessitates the date of bond execution, details about the Principal's business, the type of organization, and surety information. It details conditions under which the bond may become void, particularly if the Principal fulfills all contract terms, including any modifications and tax payments related to the contract subject to the Miller Act. The instructions highlight the requirements for signatures from authorized representatives and the necessity for sureties to be recognized by the Department of the Treasury. It also mentions the need for any individual sureties to provide pertinent affidavits. The total cost associated with the bond, including the liability limit and premium rates, is also addressed. Overall, this document is integral for compliance in government contracting processes, ensuring that obligations are met and providing financial security to the government.
    The document contains a series of questions and answers regarding the Request for Proposal (RFP) 6973GH-25-R-00097 for the PVD ATCT Gate and Component Relocation project. Key topics addressed include specifications for materials and installation of curbing, fencing, and gates, as well as requirements for electrical work, permits, and safety measures during construction. The contractor must comply with FAA standards and local regulations, ensuring proper grounding, utility markings, and phasing of work to maintain facility security. It stresses the importance of a detailed phasing plan for construction, addressing materials to be used, potential challenges with asphalt removal, and coordination with existing infrastructure. Additionally, it outlines responsibilities for taxes, hazardous materials, and inspections during construction. The document emphasizes that the new entrance gate must be operational before dismantling the existing gate and provides clarity on the timeline for completion, stating a mandatory 45-day completion period post-notice to proceed. Overall, the communication serves to clarify specifications and expectations for potential contractors, ensuring all parties understand the project scope and requirements.
    The document outlines a solicitation for a construction project, specifically focusing on the replacement of the security fence and gate at the PVD ATCT location. The project, ranging between $100,000 and $250,000, requires bidders to adhere to specific performance bonds and provide a sealed bid by March 13, 2025. A site visit is scheduled for February 19, 2025. Contractors must complete the work within 45 calendar days after receiving a notice to proceed. The required scope entails relocating an existing vehicle security gate and installing an additional gate along with associated fencing. Various clauses regarding contract administration, performance evaluations, insurance, inspections, and compliance with federal guidelines are stipulated. Additional provisions include electronic commerce regulations and performance-based payment schedules. This solicitation reflects the government's process for seeking qualified contractors to execute necessary security enhancements while ensuring compliance with federal contracting regulations. It aims to foster competitive bidding while emphasizing accountability and oversight in project execution.
    The document outlines a Request for Proposal (RFP) for the relocation of security gates and access controls at the Air Traffic Control Tower in Warwick, RI. The main objective is to reposition a 20-foot vehicle security gate, establish a new 18-foot ingress gate, and enhance fencing in compliance with FAA guidelines. The contractor is responsible for supplying all necessary materials and labor, ensuring that the new and relocated gates function correctly and meet safety standards. The scope includes meticulous removal and relocation of existing gates, installation of new components, and construction of new fencing. Site security is vital, requiring a plan to mitigate risks during construction while maintaining FAA operations. The contractor must also ensure compliance with various safety standards and receive prior approvals for all operational changes. Additionally, a site visit is mandatory for bidders, emphasizing the importance of understanding site conditions. The performance period is set at 21 calendar days post-contract awarding, and attendance at mandatory meetings regarding logistics and operational safety is required. Overall, the RFP signifies the government's commitment to maintaining secure and efficient air traffic operations while ensuring a detailed and regulated construction process.
    The file presents General Decision Number RI20250001, effective January 3, 2025, for construction projects in Rhode Island, covering building, heavy, highway, and marine construction. It stipulates wage rates under the Davis-Bacon Act, particularly reflecting Executive Orders 14026 and 13658. Minimum wage requirements depend on contract dates, enforcing $17.75 per hour for contracts after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various classifications of laborers and their respective wages, along with fringe benefits, detailing rates for specialized roles like electricians, welders, and laborers in different construction types. It emphasizes that annual wage adjustments may occur, and unlisted work classifications should be submitted for approval. Moreover, it outlines wage determination processes, including appeals for contested wage rates. The RFP underscores the importance of adhering to federal wage regulations to ensure compliance, worker protection, and fair compensation in government-funded projects. This general decision is vital for contractor awareness and compliance with established labor standards in Rhode Island's construction industry.
    Similar Opportunities
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    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.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    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.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    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.