Siding at FSD ATCT (Sioux Falls, S.D.)
ID: 697DCK-25-R-00245Type: Solicitation
Overview

Buyer

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

NAICS

Siding Contractors (238170)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the Siding project at the Sioux Falls Air Traffic Control Tower in South Dakota. The project entails replacing the building envelope, which includes removing existing vinyl siding, replacing windows with new double-pane casement windows, and installing insulated metal panel siding, among other tasks. This procurement is critical for maintaining the structural integrity and operational efficiency of the air traffic control facility, ensuring safety and compliance with federal standards. Interested contractors should note that the proposal deadline has been extended to June 4, 2025, and can direct inquiries to Elisha Distler at elisha.distler@faa.gov or by phone at 817-222-4196.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement and construction requirements for the Sioux Falls Air Traffic Control Tower, revised as of May 12, 2025, by the Federal Aviation Administration (FAA). It includes a comprehensive table of contents divided into various divisions, detailing sections like procurement, general requirements, existing conditions, construction materials (wood, plastics, thermal protection), openings, finishes, plumbing, heating, ventilation and air conditioning (HVAC), and electrical systems. Key components encompass safety and emergency response procedures, quality requirements, and necessary construction administration forms. The document emphasizes the importance of health and safety measures, construction progress documentation, and the need for warranties and guarantees. Furthermore, it includes specifications for material types, installation processes, and standards for the construction and operation of the control tower. The structure is systematically organized to guide contractors in complying with FAA regulations during construction phases, ensuring that all aspects are in alignment with federal standards for safety and quality.
    The Federal Aviation Administration (FAA) outlines requirements for thermal insulation at the Sioux Falls Air Traffic Control Tower in this document. Key components of the insulation project include various types of foam-plastic and glass-fiber board insulation. Essential actions involve submitting product data, installer certifications, test reports, and storage guidelines to prevent material damage. Performance standards mandate fire-resistance ratings and specific thermal resistance values (R-20 to R-23). Insulation materials must comply with relevant ASTM standards and be installed according to manufacturer instructions while maintaining proper exposure to environmental factors. The document emphasizes necessary precautions for installation, including the tight fitting around obstructions, adherence to treatment guidelines for moisture and fire risks, and ensuring compatibility with the selected exterior siding materials. Overall, the guidelines are crucial for ensuring effective insulation in the air traffic control tower, focusing on performance, safety, and compliance with federal standards, highlighting the government’s commitment to maintain structural integrity and safety in aviation facilities.
    The Federal Aviation Administration (FAA) document outlines requirements for the installation of insulated metal wall panels at the Sioux Falls Air Traffic Control Tower. It includes specifications for foamed-insulation-core and laminated-insulation-core metal panels, detailing necessary materials, installation procedures, and quality assurance measures. Key components include the need for preinstallation meetings with all relevant parties to finalize schedules and review installation methods and conditions. The installation process emphasizes the importance of moisture and air infiltration control, thermal movements, and fire resistance. The document specifies product data submissions, installation tolerances, fastener types, and required warranties, which include a two-year warranty for materials and a twenty-year warranty for panel finishes. Sections also address fabrication, handling, and maintenance of the panels, along with essential testing for quality assurance. The overall purpose of this document aligns with government project requirements, detailing technical and procedural frameworks necessary for successful project execution under federal standards.
    The Federal Aviation Administration (FAA) issued specifications for the installation of fiber-cement siding for the Sioux Falls (FSD) Air Traffic Control Tower. The document outlines general requirements, including coordination with related construction, preinstallation meetings, and action submittals for product data and samples. It mandates the submission of informational documents such as product certificates and test reports. Additionally, it requires maintenance materials and mockups to ensure quality and compliance with aesthetic standards. The fiber-cement siding must meet ASTM specifications, be sourced from a single manufacturer, and come with a 25-year warranty against failures like structural issues and material deterioration. The siding options include various textures and patterns, with specific installation instructions that emphasize manufacturer compliance and proper sealing techniques. Overall, the document underscores the importance of quality assurance and coordination in the installation of the siding to enhance the functionality and appearance of the control tower. Compliance with these guidelines is necessary for successful project completion and adherence to government regulations and standards.
    The Federal Aviation Administration (FAA) issued specifications for the installation of a Thermoplastic Polyolefin (TPO) roofing system for the Sioux Falls Air Traffic Control Tower. The document outlines necessary materials, including roofing sheets, insulation, vapor retarders, and accessories, as well as pre-installation protocols which require coordination among various stakeholders. It emphasizes the importance of adhering to manufacturers' guidelines for installation, quality assurance, and warranty procedures, highlighting performance standards for weather resistance and durability. Key components include detailed instructions for pre-installation meetings, action and informational submittals required prior to and during construction, and specific criteria for installation and testing of materials, such as moisture detection systems and insulation. Additionally, a warranty period of 20 years and responsibilities regarding maintenance and damage are stipulated to ensure long-term functionality. The document serves as a comprehensive guide for contractors on adhering to federal standards while effectively managing the roofing project for the FAA.
    The document outlines specifications for joint sealants to be used in the Sioux Falls Air Traffic Control Tower project by the Federal Aviation Administration. It details the types of sealants, including nonstaining silicone, urethane, and latex, as well as requirements for preinstallation meetings, product data submissions, and adherence testing protocols. To ensure quality, the installer must be trained by the manufacturer, and various preconstruction and field quality control tests are mandated to confirm adequate adhesion and performance of the sealants. Warranties from both the installer and manufacturer are required, each covering a specified period, and the document emphasizes conditions under which installations can proceed. Detailed instructions for installation, testing, cleaning, and protection of the sealants during the construction process are also provided. The primary goal is to ensure durability and compliance with performance standards, contributing to the integrity of the structure and the safety of air traffic operations. This document serves as a technical guideline within the broader context of federal construction projects, emphasizing adherence to established standards and specifications.
    The government file appears to contain a collection of fragmented data and encoded text, likely resulting from distortion or encryption, which inhibits clear comprehension. While specific details are obscured, it seems to touch on federal and local requests for proposals (RFPs) and grants related to various projects. The purpose of such documents typically involves soliciting bids or applications for funding, outlining project scopes, and setting eligibility criteria for interested parties. The contents suggest themes of compliance, regulatory adherence, and project management, though the specific initiatives or funding opportunities are indiscernible due to the corruption of text. This file likely requires decoding or restoration for meaningful analysis, reflecting a broader aim to facilitate governmental projects through stakeholder engagement and resource allocation.
    The document appears to be a fragmented collection of data possibly related to federal government RFPs (Requests for Proposals) and grants, highlighting various programmatic concerns, funding opportunities, and administrative procedures. It encompasses multiple sections that suggest guidelines for proposal submissions, eligibility criteria, deadlines, and financial management requirements. Key ideas include the discussion of proposals concerning state and local initiatives, emphasizing compliance with federal regulations and the importance of outlining project objectives clearly. There is mention of various federal and state agencies possibly involved in the grant process, as well as an emphasis on the necessity for community engagement and measurable outcomes in project implementation. Overall, the purpose of the document is to guide potential applicants in understanding the funding landscape, ensuring that they adhere to the protocols for applying for government support. This serves as a resource for organizations seeking to secure federal assistance in community development projects, thereby facilitating engagement with federal and state funding opportunities.
    The document appears to be a complex and heavily encoded government file related to Requests for Proposals (RFPs) and grants at federal, state, and local levels. The main purpose involves outlining objectives for proposals that address specific government needs. Key themes likely include project specifications, eligibility requirements, budget considerations, and timelines. An essential aspect is the detailing of compliance regulations and criteria that applicants must meet to secure funding or contract awards. The document also emphasizes the importance of thorough project planning and execution to enhance public service effectiveness. Aspects of collaboration, innovation in solutions, and adherence to governmental standards are highlighted, indicating a strategic framework necessary for successful proposal responses. Overall, the text serves as a procedural guide for potential applicants aiming to understand the requirements for securing funding and demonstrates the government’s commitment to transparency and efficiency in public procurement processes.
    The document pertains to various federal and state Request for Proposals (RFPs) and grants, aiming to support diverse governmental projects. Its primary focus is to outline potential funding opportunities available for sectors such as healthcare, education, and infrastructure. The document highlights the significance of public-private partnerships in leveraging resources for community development. Key components include detailed guidelines for proposal submissions, eligibility criteria for applicants, and specific project scopes that align with funding objectives. It emphasizes the need for clear, structured proposals that demonstrate community impact, sustainability, and collaboration with local stakeholders. Furthermore, the document underscores accountability and transparency as crucial aspects of proposal evaluation, ensuring compliance with federal and state regulations. The information serves as a vital resource for organizations seeking financial assistance to initiate projects that enhance public welfare and infrastructure resilience. Overall, the file consolidates critical information related to funding mechanisms, aimed at facilitating the successful acquisition of resources to support governmental initiatives across different sectors.
    The document outlines a Request for Proposal (RFP) for the Building Envelope Replacement project at the Sioux Falls Air Traffic Control Tower, issued by the Federal Aviation Administration. The project focuses on replacing the entire building envelope, including siding, windows, and roofing membranes. It is structured into multiple divisions detailing procurement, construction requirements, quality control, and safety protocols. Key components include the need to maintain FAA occupancy throughout construction, coordination with ongoing airport operations, and adherence to specific construction standards. The contractor is required to limit site disturbance, ensure weathertight conditions, and comply with stringent work hour regulations to avoid disrupting FAA activities. Additional stipulations encompass project scheduling, safety procedures, and documentation processes to monitor construction progress. The primary objective is to facilitate a timely and efficient replacement of the building envelope while prioritizing the safety and operational integrity of the Sioux Falls Regional Airport. The document emphasizes compliance with FAA regulations and highlights the importance of coordination, safety measures, and quality documentation throughout the project lifecycle.
    The document outlines a detailed analysis of federal government requests for proposals (RFPs), federal grants, and state/local RFPs. It emphasizes the critical aspects of securing government contracts and funding, including eligibility requirements, application processes, and performance expectations. The main topic revolves around understanding the structured process for obtaining financial assistance and contracts through various governmental levels. Key ideas include the identification of qualifying criteria, the importance of clear project proposals, and compliance with regulatory guidelines. It highlights the necessity for potential applicants to present innovative solutions that align with government priorities, effective budgeting, and clear performance milestones. Additionally, the document discusses the significance of maintaining transparency in reporting and accountability throughout the project's lifecycle. Supporting details involve specific examples of successful applications and offerings, emphasizing the role of strategic partnerships and community engagement. The analysis ultimately underscores the competitive nature of government funding opportunities, advising stakeholders on best practices to enhance their chances of success in securing grants and contracts. This comprehensive review serves as a valuable resource for organizations aiming to navigate the complexities of federal and state funding mechanisms.
    The document is a Performance Questionnaire requested by the Federal Aviation Administration (FAA) to support the source selection process for the EVV Fire Protection/Life Safety Upgrade project. It seeks detailed information from contractors about their previous performance on contracts, including their name, contract details, project description, and evaluation of their work. Evaluators are asked to assess the contractor on various criteria, such as quality of products and services, overall performance, technical requirements, adherence to schedules, cost control, and customer satisfaction, using a grading scale from "Exceptional" to "Unsatisfactory." Key evaluations help to assess the contractor's capability to meet the project's requirements. Additionally, there is space for comments, allowing evaluators to provide further details or insights about the contractor's performance. This questionnaire plays an essential role in ensuring that only competent contractors are selected for critical government projects, underscoring the importance of accountability and quality in federal contracts.
    This document details a series of questions and answers regarding a construction project for the FAA's Air Traffic Control Tower (ATCT). It addresses various operational aspects, including the qualifications of project personnel, material specifications, occupancy considerations during construction, and safety protocols. Notably, it confirms that the Superintendent, SSHO, and QC Manager can be the same person if qualified, and that the period of performance may be adjusted based on equipment lead times. The document outlines the need for maintaining ambient temperatures amidst ongoing operations within the ATCT and emphasizes the significance of quality control tests, as well as critical systems that require continuous operation. The contractor is instructed to coordinate construction activities to avoid interruption of Air Traffic Control Services and adhere to specific limitations on work hours due to safety concerns. Additionally, it details materials and systems to be used, including roofing types and paint specifications, while dismissing personal material brand preferences in favor of compliance with FAA standards. This communication exemplifies the procedural clarity required in government RFPs for construction, focusing on operational safety, quality requirements, and compliance issues vital to successful project execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construct B-21 ADD Flight Simulator Phase 2, Ellsworth Air Force Base (AFB), South Dakota (SD)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a new Flight Simulator Facility at Ellsworth Air Force Base in South Dakota. This project aims to enhance training capabilities for military personnel by providing a state-of-the-art simulator environment. The procurement is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is critical for maintaining operational readiness. Interested contractors should note that the proposal due date has been revised to January 15, 2026, at 1400 CT, and can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further information.
    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.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    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.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    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.
    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.