Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
ID: 697DCK-25-R-00210Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2028, 9:00 PM UTC
Description

The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.

Point(s) of Contact
Files
Title
Posted
The document outlines the Statement of Work for the replacement of the center console at the Boston Airport Traffic Control Tower (BOS ATCT) as part of a modernization project. This project, managed by the Massachusetts Port Authority and the FAA, seeks to replace the existing traditional consoles with a modern slatwall style, facilitating improved functionality for Air Traffic Operations. Key aspects include the design and installation of the new console, demolition of the old units, and relocation of electrical circuits. The contractor is required to manage all phases of design, fabrication, and installation while ensuring minimal disruption to ongoing operations. Specific details emphasize the importance of adhering to FAA specifications, seismic design standards, and stringent quality control measures. Additional considerations include safety regulations, site access restrictions, and necessary preparations for an operational environment during installation. The contractor must obtain the appropriate security clearances and must coordinate closely with the FAA personnel throughout the project. These specifications illustrate the comprehensive planning necessary for the successful execution of such a critical infrastructure upgrade while maintaining safety and operational continuity at the airport.
The document presents numerical values, specifically "30.25" and "27.00." However, without additional context or accompanying text, it is challenging to ascertain the specific purpose or implications of these figures. The lack of detail suggests that the values may pertain to a financial aspect, possibly related to requests for proposals (RFPs), federal grants, or state and local initiatives. In the context of government RFPs and grants, such numbers could represent budgetary estimates, funding amounts, performance metrics, or evaluation scores. It is critical to understand their significance, which is not delineated in the provided text. Consequently, these figures could be part of a larger statistical analysis or financial report relevant to project funding or evaluation in a governmental context. Overall, the document lacks sufficient information to provide a comprehensive analysis or detailed summary regarding its relevance to federal and local RFP initiatives.
Mar 18, 2025, 2:05 PM UTC
The document details a demolition plan for the Air Traffic Control Tower (ATCT) at Logan International Airport, prepared by the Federal Aviation Administration (FAA). It outlines the scope of work involving the replacement of center console structures while maintaining existing floor penetrations. The contractor is tasked with ensuring accurate dimensions, protecting existing equipment, and adhering to dust protection measures during construction. Notably, work hours are restricted to minimize disruption to air traffic operations, and specific structural requirements for new console installations are emphasized. Key floor penetrations are to be covered or remain accessible. This project reflects the FAA's initiatives to enhance operational facilities in conformity with aviation safety standards. Overall, it sets clear guidelines for contractors to ensure a smooth transition during the renovation process while safeguarding the integrity of existing infrastructure.
This document from the U.S. Department of Labor provides wage determinations under the Service Contract Act (SCA), outlining minimum wage rates and required benefits for various occupations for contracts in Massachusetts. Specifically, it indicates that contracts initiated or renewed after January 30, 2022, must meet a minimum wage of at least $17.75 per hour due to Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour per Executive Order 13658. The document lists applicable towns, detailed wage rates for numerous job classifications, and mandates for fringe benefits such as health and welfare, vacation, and paid holidays. It includes instructions for contractors regarding classification conformance for unlisted job types and references relevant executive orders applicable to federal contracts, specifically regarding paid sick leave. The guidance is essential for ensuring compliance with federal labor standards in contract execution, safeguarding employee rights, and standardizing pay across various service sectors.
Mar 18, 2025, 2:05 PM UTC
The document outlines proposed positions for operational roles related to a Transportation Management Center (TMC) and the front side of a console. The main focus is on staffing for the TMC, which is essential for overseeing transportation operations and management. Key ideas include the identification of specific job roles and responsibilities necessary for the effective functioning of the TMC, enhancing overall transportation efficiency. By detailing the structure of the console, the document indicates a reliance on technology to facilitate transport operations and streamline communication processes. The initiative suggests the federal government's commitment to improving traffic management and operational capabilities at the local level through appropriate staffing and technological enhancements. This proposal serves as a foundational step toward responding to Requests for Proposals (RFPs) and securing funding for these operational improvements.
The document outlines a solicitation for a contract with the Federal Aviation Administration (FAA) focused on the design, fabrication, delivery, and installation of a console/slatwall system for the Boston Air Traffic Control Tower (ATCT). Issued on March 19, 2025, the solicitation identifies compliance with various recent executive orders aimed at ensuring alignment with federal directives on various social issues and operational efficiencies. The procurement emphasizes the need for applicants to adhere to workforce standards, including affirmative action policies and the Service Contract Labor Standards. Key components of the contract include service timelines from June 1, 2025, to March 30, 2026, and details on compliance with wage determinations, equal opportunity, and the prohibition of specific technologies deemed at risk. The solicitation also incorporates clauses addressing employment eligibility verification requirements and mandates the use of domestic products under the Buy American Act. This solicitation represents the FAA's commitment to enhancing operational infrastructure through compliant and efficient contractor engagement while adhering to federal mandates aimed at improving governance and accountability.
Lifecycle
Similar Opportunities
Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@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.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. The project requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, responsive offeror. Interested parties must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
INSTALL SRG AND RAISED FLOOR
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential contractors for the installation of a new raised access floor system and associated renovations at the ZDV ARTCC facility in Longmont, Colorado. The project entails the demolition of existing structures, installation of approximately 2,712 square feet of raised flooring, and compliance with safety and accessibility standards, including ADA requirements and fire safety regulations. This initiative is crucial for enhancing operational efficiency and safety within the facility, ensuring minimal disruption during construction while adhering to FAA protocols. Interested vendors must submit their capability statements and responses by April 16, 2025, at 4:00 p.m. Central Time, via email to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary where necessary.
COTS Tactical Air Navigation (TACAN) Antenna System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for Commercial Off The Shelf (COTS) Tactical Air Navigation (TACAN) Antenna Systems. The FAA aims to replace obsolete antennas to ensure interoperability with existing TACAN ground transponder equipment, requiring electronically scanned antennas that can operate across the entire TACAN frequency band without modification. This procurement is critical for maintaining the functionality of the National Airspace System (NAS) and involves installation support across approximately 30-35 sites within 90 days of contract award. Interested vendors should submit their capability statements electronically by April 21, 2025, and can direct inquiries to Michael Jones at Michael.E.Jones01@faa.gov or Richard J. Simons at richard.j.simons@faa.gov.
IIJA Funded - Replace Window Washdown System at Wilmington, NC, ATCT
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the window washdown system at the Wilmington, NC, Air Traffic Control Tower (ATCT). This project, funded by the Investment Infrastructure and Jobs Act (IIJA), aims to enhance visibility from the control cab by installing a new washdown system, which includes the removal of outdated components and the installation of new tanks, piping, and electrical wiring. The successful contractor will need to coordinate closely with the FAA to ensure minimal disruption to air traffic operations and adhere to strict safety and environmental standards. Interested vendors should contact Angela Layman at angela.layman@faa.gov for site visit arrangements and must submit all required documentation by April 23rd, 4 PM MT, to be considered for this competitive, unrestricted solicitation under NAICS code 238220.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the George Bush Intercontinental Airport in Houston, Texas. The project aims to ensure the maintenance and safety of critical aviation infrastructure, particularly addressing lead-based paint concerns identified in prior assessments. The total project value is estimated between $350,000 and $450,000, with a firm fixed price contract anticipated to be awarded to the lowest responsive bidder by April 15, 2025. Interested contractors must attend a mandatory site visit on April 3, 2025, and submit any questions by April 9, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 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. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.