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
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
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, through 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 involves removing existing doors and installing new ones, ensuring compliance with specified dimensions and standards, and must be completed within 30 days of receiving the Notice to Proceed. This contract is set aside exclusively for small businesses, with the award going to the lowest priced, fully 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.
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.
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.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
(IIJA) SIR The Federal Aviation Administration (FAA) has a requirement for Replacement of Flow Control Valves at the FAA Potomac Consolidated TRACON in Warrenton, VA 20187.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. The project involves the replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, while adhering to safety protocols and minimizing disruption to air traffic control services. This initiative is part of the FAA's commitment to maintaining operational integrity and enhancing the efficiency of its air traffic control infrastructure. Proposals are due by April 22, 2025, with a site visit scheduled for April 8, 2025, and all inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
Manufacture and deliver two (2) pre-cast hand holes and four (4) pre-cast foundations in accordance with drawings to Roanoke, VA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a qualified vendor to manufacture and deliver two pre-cast hand holes and four pre-cast foundations in accordance with provided specifications to Roanoke, Virginia. The selected contractor will be responsible for adhering strictly to the drawings supplied by the FAA, which will also provide the necessary base cans for manufacturing the pre-cast lamp housing assembly foundations within one week of contract award. This procurement is a total small business set-aside, and the award will be made based on the lowest price technically acceptable (LPTA) proposal that meets the RFQ requirements. Interested vendors should refer to solicitation document number 697DCK-25-R-00053 for detailed instructions and must contact Michael Eadon at Michael.Eadon@faa.gov for further inquiries.