23-021127 MMAC PV#2 Phase-2 Array
ID: 6973GH-25-R-00189Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Solar Electric Power Generation (221114)

PSC

SOLAR ELECTRIC POWER SYSTEMS (6117)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of a Phase II Photovoltaic (PV) Solar Array at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma. This project aims to enhance the center's renewable energy capabilities by integrating a new solar power system into the existing infrastructure, with a budget estimated between $1,000,000 and $5,000,000. The procurement process emphasizes compliance with safety and environmental regulations, requiring contractors to adhere to strict guidelines and provide comprehensive project management and documentation. Interested bidders must submit their proposals by August 28, 2025, and can direct inquiries to Charity Daniel at Caridad.Daniel@faa.gov or Cynthia Cooper at Cynthia.Cooper@faa.gov.

    Files
    Title
    Posted
    The PV Array 2 Project at the Mike Monroney Aeronautical Center in Oklahoma City outlines the design and construction for a new photovoltaic array. Managed by Frankfurt-Short-Bruza Associates, P.C. for the Federal Aviation Administration, the project is divided into two phases. The document details civil, structural, and electrical plans, including demolition, site preparation, grading, and erosion control. Key elements involve the installation of solar panels, concrete equipment pads, access roads, fencing, and electrical infrastructure. Strict adherence to codes, detailed material specifications for concrete and steel, and comprehensive erosion and sediment control measures are emphasized. The project also addresses utility verification, traffic management, and environmental protection, ensuring compliance with ADA requirements and local regulations for a safe and efficient construction process.
    Amendment 0001 to Solicitation 6973GH-25-R-00189, issued by AAQ-730 FAC. & AVIATION SAFETY ACQ, addresses the MAC PV2 PH2 Array project. The purpose of this amendment is to provide responses to Questions and Answers 1-16 and to attach PV Array 2-Phase 1 construction drawings. Additionally, the closing date for the solicitation has been extended from August 26, 2025, to August 28, 2025. Offerors must acknowledge receipt of this amendment by one of the specified methods to ensure their offer is considered.
    The document outlines a solicitation for construction services related to the installation of a Photovoltaic (PV) System at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, with a project budget ranging from $1,000,000 to $5,000,000. It specifies that contractors must submit sealed bids or proposals, complete necessary performance and payment bonds, and meet various deadlines, including a 20-calendar-day period for bid acceptance. The contractor must provide comprehensive support, including labor, materials, and adherence to safety and environmental regulations. Key requirements include coordinated work schedules, compliance with executive orders, and completion of work within 635 days of receiving the notice to proceed. The document emphasizes the importance of safety, requiring contractors to ensure a hazard-free environment for employees, conform to EPA standards, and address any emergency procedures on site. To maintain government compliance, the contractor must engage in effective communication and reporting while being held accountable for any damages or safety violations. Overall, the solicitation signifies the government’s commitment to advancing renewable energy projects while ensuring rigorous contractor oversight and adherence to safety standards.
    The “PV ARRAY 2 PROJECT” outlines the design and construction for Phase 2 of the Mike Monroney Aeronautical Center’s photovoltaic array in Oklahoma City. Prepared by Frankfurt Short Bruza, this comprehensive government file details demolition, civil site work, grading, erosion control, and structural and electrical components. Key elements include the installation of solar panels, electrical lines, transformers, and associated infrastructure like access roads, concrete pavements, and security fencing. The plan emphasizes adherence to ADA requirements, rigorous utility verification, and stringent erosion and sediment control measures, including silt fences, rock bag dikes, and construction entrances. The project also addresses the handling of excavated soil spoils and the maintenance of the site's landscaping. This initiative is crucial for the expansion of the aeronautical center’s renewable energy capabilities, ensuring environmental compliance and operational efficiency.
    This document outlines operational controls for construction contractors regarding environmental and occupational safety and health (OSH) hazards. It covers storm and surface water discharges, solid waste generation, electrical safety, fall prevention, and physical hazards. For each hazard, the document details the source, compliance obligations (MMAC-EMP and MMAC-OSHMP), specific operational controls, annual review maintenance plans, actions for control failures (e.g., advisory notices), required records (e.g., training, reports), and responsibilities of site supervisors and AMP-400 inspectors. Key controls include complying with permits and ordinances, waste reduction/recycling, de-energizing circuits, fall protection training, and using appropriate PPE. The document emphasizes training, inspections, and contractor conformance to MMAC EOSHMS, with authorization by Jonathan C. Berkman.
    The Mike Monroney Aeronautical Center (MMAC) Construction Safety program, detailed in AC 3900.21F Chg 2 Chapter 33, establishes comprehensive work requirements and standards for all construction, renovation, and related activities on campus. This program aims to protect MMAC employees, contractors, visitors, and students from workplace incidents. It mandates compliance with OSHA regulations (29 CFR 1926) and other industry standards like ANSI. Key aspects include defined roles and responsibilities for MMAC management, staff, supervisors, employees, and contracting officers, ensuring adherence to safety protocols. The document outlines specific program elements covering personal protective equipment (PPE), fire protection, roof work, scaffolds, medical services, excavation safety, hazardous energy control (Lockout/Tagout), exposed electrical circuits, confined spaces, lightning precautions, and concrete sawing methods. Contractors and subcontractors must comply with all provisions, emphasizing a commitment to safety and regulatory compliance in all construction-related endeavors at MMAC.
    The Federal Aviation Administration (FAA) is soliciting proposals for Phase 2 of the MMAC PV Array 2 project in Oklahoma City, focusing on the installation of a Photovoltaic System and its integration into the existing medium voltage distribution system. This comprehensive document outlines critical contract considerations, including detailed specifications for project management, coordination, payment procedures, and administrative processes for modifications and substitutions. Key aspects include adherence to the "Buy American Act," strict work hour limitations, and stringent security requirements for on-site personnel. The project emphasizes thorough documentation, detailed scheduling using the Critical Path Method (CPM), and regular progress reporting to ensure efficient execution and compliance with all federal regulations.
    The Standard Form 25 (SF 25) is a Performance Bond used for Government contracts, prescribed by GSA-FAR. This form ensures that the Principal (contractor) performs and fulfills all contract obligations, including extensions and modifications, and pays all required Government taxes, particularly those related to wages under 41 USC Chapter 31, Subchapter III, Bonds. The document outlines the obligations of the Principal and Surety(ies) to the United States of America, emphasizing joint and several liability for the penal sum. It also provides detailed instructions for completing the form, including requirements for corporate and individual sureties, corporate seals, and the submission of supporting documentation like the Affidavit of Individual Surety (SF 28) for individual sureties. Corporate sureties must be on the Department of the Treasury's approved list, and co-surety arrangements are permitted, provided their combined liability covers the full penal sum. The form is designed to ensure financial security and contract adherence in federal procurement.
    Standard Form 25A is a payment bond used in federal contracts to protect persons supplying labor and materials, as required by 40 USC Chapter 31, Subchapter III. This form outlines the obligations of the Principal and Surety(ies) to ensure payment to all direct and subcontractor parties involved in the contract. It specifies the information required for the Principal and Surety(ies), including legal names, addresses, and states of incorporation. The form also details how liability limits are to be indicated, especially in co-surety arrangements, and requires corporate seals and typed names/titles of signatories. Instructions emphasize adherence to the form, the necessity of evidence of authority for representatives, and the requirement for corporate sureties to be on the Department of the Treasury's approved list. Individual sureties must provide an Affidavit of Individual Surety (Standard Form 28). The document also notes compliance with the Paperwork Reduction Act.
    Standard Form 24 (SF 24), also known as a Bid Bond, is a crucial document in federal government solicitations, including RFPs and grants. It ensures that a principal (bidder) will honor their bid and enter into a contract if selected. The bond guarantees that if the principal fails to execute the required contractual documents or provide necessary bonds after their bid is accepted, they will compensate the government for any increased costs incurred in procuring the work. The form details the obligations of both the principal and surety(ies), outlining conditions for the bond to become void. It includes provisions for corporate and individual sureties, specifying requirements for their information, seals, and liability limits. Instructions clarify how to complete the form, including rules for representing penal sums as percentages and managing co-surety arrangements. The document also addresses the extension of bid acceptance times, waiving notice to sureties for extensions up to 60 days. The purpose of this form is to protect the government from financial loss if a successful bidder defaults on their commitment.
    The "Solar Array Phase II Past Performance Survey" (SIR/RFO No. 6973GH-25-R-00189) is a procurement-sensitive document dated July 10, 2025. It is designed to evaluate a contractor's past performance for a federal government RFP. The survey is divided into two parts: Part I, to be completed by the offeror, requires details on a past project similar to Solar Array Phase II, including contract type, amount, period of performance, and any deficiency, cure, or show cause notices issued. Part II is for the customer/client to rate the contractor's overall compliance, timeliness, key personnel performance, and integrity, and to confirm if the contract was terminated or if a notice to cure was issued. Responses are due by August 26, 2025, at 4:30 p.m. Central Time, and should be sent to Charity Daniel, Contracting Officer, at Caridad.Daniel@faa.gov.
    The document "SIR 6973GH-25-R-00189 Attachment 7, July 10, 2025" is a Past Performance Experience Information Form. This form is used by contractors to provide details about their past project experience. It requests information such as the contractor's name and address, contract/task/purchase order number, dollar value, status (active or complete), completion date, project title and location. A significant portion of the form is dedicated to a detailed project description, including the contractor's role and specific responsibilities. It also requires contact information for the project owner or manager for the client. This attachment is crucial for evaluating a contractor's qualifications in the context of government RFPs, federal grants, and state/local RFPs.
    This document is a sample client authorization letter for the Federal Aviation Administration’s (FAA) Screening Information Request/Request for Offer (SIR/RFO) No. 6973GH-25-R-00189, Solar Array Phase II. The FAA is emphasizing past performance and experience in its procurements and requires offerors to identify clients and request their participation in the evaluation process. This letter grants authorization for the identified client to respond to FAA representatives requesting information on the offeror's past work. It also provides contact information for the Contracting Officer, Charity Daniel, for any questions. This letter is crucial for offerors to comply with FAA's evaluation requirements for their past performance.
    The provided file is a placeholder message indicating that the PDF viewer may not be able to display the document's content. It suggests upgrading to the latest version of Adobe Reader or seeking assistance from Adobe's support website. The message also includes trademark information for Windows, Mac, and Linux. This content is not a government RFP, federal grant, or state/local RFP, but rather a technical message related to document viewing.
    The PV Array 2 Project at the Mike Monroney Aeronautical Center in Oklahoma City, overseen by the Federal Aviation Administration, involves extensive construction activities related to solar panel installation as part of Phase 2. The project includes detailed civil, electrical, and structural plans, emphasizing environmental considerations and adherence to local regulations. Essential tasks encompass the removal and demolition of existing structures, management of traffic disruptions, and installation of erosion control measures to protect against sediment runoff during construction. Contractors are required to follow strict guidelines for utility management, site access, and stormwater pollution prevention, ensuring compliance with state and federal standards. The overarching objective is to enhance the facility's sustainability while minimizing operational interruptions and environmental impacts during the upgrade process.
    The document outlines the operational controls and compliance obligations for construction contractors regarding environmental and occupational safety hazards, specifically focusing on stormwater discharges, solid waste generation, electrical safety, fall hazards, and physical safety. Each section includes the identification of significant hazards, source activities, and necessary operational controls, such as adherence to permits and safety standards. Key operational controls for contractors include the requirement for training, regular site inspections by AMP-400 inspectors, and compliance with safety regulations to prevent accidents related to falls and electrical hazards. Additionally, protocols for waste management and pollution prevention are emphasized, including waste reduction and recycling commitments. The maintenance plans stipulate annual review and updates to the documentation. The purpose of the document is to ensure safety and environmental protection during construction projects while adhering to local regulations and compliance efforts such as the OPDES permit and MMAC standards. Overall, it provides a framework for contractors to manage and mitigate risks associated with various construction-related activities.
    The Construction Safety program at the Mike Monroney Aeronautical Center (MMAC) outlines protocols and standards aimed at ensuring the safety of all personnel involved in construction activities on campus. This document mandates adherence to OSHA regulations and industry standards, specifying responsibilities for management, staff, contractors, and employees regarding safety practices. Key components include personal protective equipment (PPE) requirements, fire safety measures, scaffolding safety, and protocols for roof work and excavation operations. Contractors are obliged to maintain compliance with established safety procedures and ensure that workers are trained in emergency response and hazard communication. The program emphasizes a commitment to safety in construction processes to protect individuals from potential workplace hazards and injuries, illustrating the government’s efforts to create safe working environments in federally funded projects.
    The document outlines specifications for the Federal Aviation Administration's (FAA) MMAC PV Array 2 - Phase 2 project, focusing on the installation of a photovoltaic system at the Mike Monroney Aeronautical Center in Oklahoma City. Key components include comprehensive procurement and contracting requirements, work summaries, quality assurance protocols, and procedures for project management and coordination. The contractor must coordinate effectively with the FAA and adhere to various procedural guidelines detailing project phases, site access, and work restrictions. Emphasis is placed on compliance with the "Buy American Act" and other federal regulations. The document also highlights the need for detailed progress documentation, including construction schedules, payment procedures, and communication protocols, ensuring that all aspects of the project are carefully managed and documented. The stringent guidelines aim to facilitate a seamless construction process while maintaining operational integrity at the facility during installation.
    The document outlines the structure and requirements for a Performance Bond, Standard Form 25, which is essential for government contracts. It mandates that the Principal and Surety(ies) are bound to the U.S. Government for a specified penal sum, ensuring compliance with contract terms and conditions. The bond becomes void if the Principal meets obligations such as performing the contract agreements and paying applicable taxes related to the contract. The form requires detailed identification of the Principal, their type of organization, and the Surety(ies) involved, along with their limits of liability. It emphasizes the need for corporate seals, signatures, and potentially an affidavit from individual sureties to validate financial capability. Instructions for completing the bond are included, stressing accuracy and adherence to government regulations, specifically that sureties must appear on the Department of the Treasury's approved list. The overall purpose of the document is to ensure financial protection for the government in case of a contractor's non-compliance, reflecting standard practices in federal and state contracting environments.
    The document is a standard payment bond form used in compliance with federal regulations under 40 USC Chapter 31, Subchapter III, for the protection of individuals providing labor and materials under government contracts. It requires the legal name, address of the principal (the contractor), and details regarding the sureties (those guaranteeing payment obligations). The bond ensures that the principal is obligated to make prompt payments to those supplying labor and materials, thus protecting their interests. It outlines the execution requirements, including the necessity for corporate seals and the authority of individuals signing the bond. The form also provides instructions for filling it and the conditions under which the bond may become void. Corporate sureties must be approved and must detail their liability limitations. The document emphasizes compliance with federal guidelines to safeguard both parties in contractual agreements related to government-funded projects.
    The BID BOND document is a formal financial guarantee required when submitting a bid for federal contracts. It ensures that the principal (the bidder) will enter into a contract if awarded and provide the necessary performance bonds. The form captures essential information, including the principal's legal name and address, type of organization, surety details, bid identification, and signatures from both the principal and sureties. The bond is void if the principal executes the contract and provides the required bonds within specified timelines or compensates the government for any additional costs incurred due to failure to contract. Notably, the responsibility of the sureties includes agreeing to any extensions granted to the principal for bid acceptance, with specific limitations. The document emphasizes the necessity for corporate sureties to be listed on the Department of the Treasury's approved sureties list and includes detailed instructions for proper completion and execution. This bond serves as an assurance of compliance and financial responsibility in the context of government procurement processes spanning federal and local agencies. Its structured format highlights the legal obligations and potential financial implications associated with bidding on government contracts.
    The document is a Past Performance Survey linked to the Solar Array Phase II project, referenced under SIR/RFO No. 6973GH-25-R-00189. It seeks evaluations from past performance contacts regarding a specific contractor's execution on a previous contract. Key information requested includes the contractor's role, contract details, completion dates, issues encountered, and overall performance ratings. The survey comprises two parts: the first is for the contractor to complete, detailing the project’s relevance to Solar Array Phase II, contract amounts, and any discrepancies; the second part is to be filled out by the client, assessing the contractor's compliance, timeliness, personnel performance, and any integrity concerns. Responses are to be submitted electronically to the contracting officer, Charity Daniel, with a deadline for feedback set for August 26, 2025. This document is essential for evaluating contractor reliability in regards to government procurements, ensuring projects adhere to standards and expectations before awarding new contracts.
    The document serves as an attachment to a federal RFP, specifically focusing on the Past Performance Experience Information Form for contractors. It requires contractors to provide detailed information about their past contracts, including the contractor's name, contract number, total dollar value, status, project title, and a comprehensive description of the project. The description should clarify the contractor's role and responsibilities within the project. Additionally, contact details for the project owner or manager are required to facilitate further communication. The objective of this form is to assess a contractor's previous performance to inform future contract decisions. By detailing project specifics and owner contacts, the form aims to ensure that contractors demonstrate relevant experience and reliability in the context of federal, state, and local RFPs and grants. The structuring of this form illustrates the government's intent to evaluate past project effectiveness to foster confidence in contract awards for upcoming initiatives. Overall, this document encapsulates a critical evaluative tool for understanding contractor qualifications and ensuring adherence to governmental standards for performance.
    The document is a client authorization letter from the FAA regarding solicitation No. 6973GH-25-R-00189 for the Solar Array Phase II project. It emphasizes the FAA's increased focus on past performance and experience in evaluating offerors. To facilitate this process, the FAA requires respondents to identify specific client contacts who can provide information on their previous work upon request. The letter designates a point of contact from the client’s organization and invites cooperation in responding to FAA inquiries. For any questions, recipients are directed to the Contracting Officer, Charity Daniel. Overall, the letter underlines the importance of client validation in the FAA's procurement evaluation process.
    The document appears to be an error message indicating that the PDF viewer is unable to display the intended contents of a government file related to federal RFPs, grants, and state/local RFPs. Consequently, there is no actual content provided that outlines any specific topics, ideas, or details relevant to these procurement processes. The absence of information limits the ability to analyze, summarize, or extract key points concerning any federal grants or RFPs. Therefore, the overall purpose and structure of the document cannot be discerned due to the lack of accessible content, leaving a gap in understanding the intended subject matter of the federal government's initiatives in this area.
    This government file addresses various questions and clarifications regarding a federal project, likely a Request for Proposal (RFP), focusing on the Phase 1 PV Array 2. Key areas of discussion include the scope of work, expected completion and award dates (EOY 2026 for Phase 1, award by September 12, 2025), and technical specifications for the solar array and its integration into the FAA Metasys monitoring system. The document clarifies fencing requirements, tree removal, and surface treatment for staging areas (gravel to avoid mowing). It also details electrical connections, the provision of CAD drawings (to the winning bidder), and permitting for floodplains and water lines (no permits required for this scope). Responsibilities for operating MV gear are assigned to the contractor under FAA supervision. The file also addresses lightning protection system certifications and procedures for handling contaminated soil, emphasizing compliance with LPI-IP standards and FAA-identified relocation areas. The overarching purpose is to provide clarity and guidance to potential bidders on critical project aspects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma and North Texas, specifically under Solicitation No. 69056725R000017. This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the preservation of approximately 24.58 miles of pavement, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and reliable transportation routes. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    FTC CSO DoDEA Roof and RTU Replacement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the FTC CSO DoDEA Roof and RTU Replacement project at Fort Campbell, Kentucky. This project involves the design and construction of roof and rooftop unit (RTU) replacements, with a base bid and several optional enhancements, including new HVAC controls and a lightning protection system. The work is part of the National Roofing Program and is crucial for maintaining the integrity and functionality of military facilities. Proposals are due by December 12, 2025, at 1:00 PM ET, and interested contractors should direct inquiries to Thomas Nauert or Joshua Westgate via email. The estimated project cost ranges from $1,000,000 to $5,000,000, with awards based on the lowest total price.