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, specifically the Federal Aviation Administration, is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island, under the Infrastructure Investment and Jobs Act (IIJA). The project involves relocating an existing vehicle security gate, installing a new ingress gate, and enhancing fencing to comply with FAA guidelines, with a contract value estimated between $100,000 and $250,000. This initiative is crucial for maintaining secure and efficient air traffic operations, ensuring that the new installations meet safety standards while minimizing disruption to ongoing FAA activities. Interested contractors must submit their sealed bids by March 13, 2025, and are required to attend a mandatory site visit on 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 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 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
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while adhering to federal, state, and local safety regulations. This initiative is crucial for enhancing security at the ATCT and ensuring the safety and efficiency of air traffic operations. Interested contractors must contact Angela Layman at angela.layman@faa.gov, with work expected to commence within five days of the notice to proceed and complete within the specified timeline, funded by the Infrastructure Investment and Jobs Act.
    RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Bipartisan Infrastructure Law (BIL). The project involves significant construction work, including the replacement of the slide gate and improvements to the asphalt parking lots at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon notice to proceed. Interested contractors must adhere to specific requirements, including submitting an "Organizational Experience Questionnaire," providing a proposal guarantee, and complying with wage determinations under the Davis-Bacon Act. The proposal submission deadline has been extended to February 28, 2025, at 5:00 PM Central Time, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@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.
    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.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the replacement of the cab window washdown system at the Air Traffic Control Tower (ATCT) located in Wilmington, North Carolina. The project entails the removal of outdated components and the installation of a new system, including a chemical surfactant tank and updated piping, with work scheduled to occur Monday through Friday during standard hours. This initiative is part of the airport's commitment to enhancing infrastructure while ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, with the project funded by the Infrastructure Investment and Jobs Act and expected to be completed by April 2024.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with stringent quality and safety standards. This procurement is critical for maintaining operational integrity in a key air traffic control environment, ensuring minimal disruption to ongoing activities. Interested parties should submit their proposals by February 28, 2025, with a project budget estimated between $50,000 and $100,000; for further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    *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
    Buyer not available
    The Department of Transportation, specifically 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 EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    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.