IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON)
ID: 697DCK25R00058Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 10:00 PM UTC
Description

The Federal Aviation Administration (FAA) is seeking contractors for the IIJA Funded Fire Alarm Retrofit project at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control (PHL ATCT/TRACON). The project involves replacing the existing Siemens MXL fire alarm system with the Siemens FireFinder XLS system, requiring contractors to provide labor, materials, and equipment while adhering to safety standards and federal regulations. This modernization effort is crucial for maintaining safety and compliance in aviation operations, with an estimated construction cost between $50,000 and $100,000. Interested contractors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Amber Jones at amber.n.jones@faa.gov or Linda Hennequant at linda.hennequant@faa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The document outlines a Request for Proposal (RFP) by the Federal Aviation Administration (FAA) for a construction project involving the replacement of the fire alarm system at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control. The project, funded by the Infrastructure Investment and Jobs Act (IIJA), requires contractors to fulfill specified labor, material, and supervision requirements as detailed in the Statement of Work and related contract documents. Key aspects include the performance timeline, with work expected to commence within five calendar days of receiving the notice to proceed and to be completed within 45 calendar days. Sealed bids are to be submitted, following strict guidelines, and contractors must provide any required performance and payment bonds. The document emphasizes compliance with federal regulations and procurement guidelines, particularly concerning safety, construction standards, and the submission of invoices through the Delphi eInvoicing web portal. Moreover, the FAA’s procurement framework utilizes its Acquisition Management System (AMS) instead of typical federal laws, reflecting its unique operational structure. Contractor responsibilities include ensuring quality, safety, and adherence to specifications, all designed to align with the FAA’s commitment to infrastructure improvement and safety in aviation operations.
Apr 8, 2025, 9:06 PM UTC
This document serves as an amendment to a solicitation issued by the Federal Aviation Administration (FAA) for a specific project. It outlines key administrative changes, including an extension of the bid submission deadline from March 28, 2025, to April 8, 2025. The amendment requires bidders to acknowledge receipt of this change to avoid the rejection of their offers. Additionally, the amendment maintains that, except for the changes specified, all terms and conditions of the original solicitation remain in effect. The contracting officer for this amendment is Linda M. Hennequant, ensuring formal communication of these modifications to the interested contractors. This document emphasizes the importance of adherence to the updated timelines in the procurement process, reflecting standard practices for government solicitations and modifications.
Apr 8, 2025, 9:06 PM UTC
The document outlines an amendment to a solicitation related to a Fire Alarm Retrofit project in Philadelphia, PA, issued by the Federal Aviation Administration (FAA). The amendment modifies the original solicitation, identified as 697DCK-25-R-00058, by replacing the current Statement of Work with a revised version, extending the offer due date from April 8, 2025, to April 15, 2025, and removing specific clauses regarding environmentally preferable products and electronic products environmental assessment tools. Vendor inquiries led to clarifications on subcontractor qualifications, system upgrade requirements, and project execution, stating that a Siemens Partnership is no longer necessary and confirming that the existing Siemens MXL system must be updated to the FireFinder XLS system. The FAQ section also addressed site specifics, including equipment installation and conditions that require a fire watch. Overall, the amendment assures prospective contractors of the revised requirements and timeline while emphasizing adherence to safety standards and procurement guidelines. It reflects the FAA's commitment to updating its safety systems in compliance with applicable federal standards.
Apr 8, 2025, 9:06 PM UTC
Apr 8, 2025, 9:06 PM UTC
Apr 8, 2025, 9:06 PM UTC
Apr 8, 2025, 9:06 PM UTC
The document outlines a "Past Experience Form" required for submitting proposals in response to federal and state/local RFPs. It seeks comprehensive details about three separate projects undertaken by the applicant. Each section requests information including the project name, location, owner/client details, general scope, the role of the applicant (either as a prime contractor or subcontractor), project completion percentage (at least 90%), and final contract amount (over $25,000). Additionally, the form asks about any terminations or liquidated damages faced by the applicant and requires contact information for a client point of contact. This form is essential for verifying qualifications and past performance, helping the FAA assess the applicant’s suitability for contract awards. Overall, it emphasizes due diligence in evaluating contractors' capabilities in relation to government-funded projects.
The document outlines a Request for Proposal (RFP) for the retrofit of the obsolescent fire alarm system at the Philadelphia International Airport's Air Traffic Control Tower and Terminal Radar Approach Control (PHL ATCT/TRACON). The project mandates the removal of outdated Siemens MXL fire alarm hardware, replacing it with a modern Siemens FireFinder XLS system using retrofit kits. Key tasks include installing a new Fire Alarm Control Unit (FACU), remote annunciators, integrating existing devices, and conducting comprehensive inspections and testing according to National Fire Protection Association (NFPA) standards. The contractor is also responsible for providing necessary materials, submitting detailed documentation, and ensuring compliance with electrical codes and safety regulations. The entire project must be completed within 45 days following the Notice to Proceed, with specific timings for operational disruptions to minimize impact on the airport's activities. The initiative underscores the FAA's commitment to maintaining safety and functionality in critical aviation infrastructure.
The document outlines a Request for Proposal (RFP) for retrofitting the fire alarm control system at the Philadelphia International Airport's Air Traffic Control Tower (PHL ATCT)/Terminal Radar Approach Control (TRACON). The existing Siemens MXL fire alarm system is obsolete, necessitating a conversion to the Siemens FireFinder XLS system using retrofit kits. The contractor’s scope includes replacing the main fire alarm unit, remote annunciators, and integrating new input devices into a fully operational alarm system, adhering to NFPA 72 standards. The contractor is also responsible for labor, materials, and all necessary equipment, with a completion time of 45 days post-award. Submittals and documentation must be provided to the FAA, including material lists, compliance statements, and operation manuals. The contract includes provisions to safeguard the operational integrity of the air traffic control facility, ensuring minimal disruption during upgrades. Safety standards and electrical installation requirements must conform to relevant codes and regulations. This project emphasizes the modernization of critical safety systems within a high-stakes operational environment, highlighting the government's commitment to safety and compliance in public infrastructure maintenance.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
NSWCPD | B542 Design Build Fire Alarm Repairs (Mass Notification Systems)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the design and installation of a Fire Alarm and Mass Notification System (FA&MNS) at Building 542, Philadelphia Naval Business Center, Pennsylvania. The project entails replacing the existing fire alarm system and integrating a new mass notification system, adhering to specific safety and compliance standards outlined in UFC-3-600-01 and UFC-4-021-01. This procurement is crucial for enhancing safety measures within government facilities, ensuring operational readiness and compliance with federal regulations. Interested small businesses must submit their proposals by April 24, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Rishi Mathur or David Rhoads for further information.
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.
Fire Alarm Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for fire alarm maintenance services at Offutt Air Force Base in Nebraska. The project involves replacing and testing fire alarm control panels and devices in three buildings: Building 123, Building 441, and Building 584, ensuring compliance with safety standards and operational functionality. This procurement is part of a broader initiative to maintain secure facilities and is set aside for small businesses under the SBA's Total Small Business Set-Aside program, with an estimated contract value of $25 million. Interested contractors must submit their proposals electronically by May 1, 2025, and can direct inquiries to Morgan Hockaday at morgan.hockaday@us.af.mil or Austin D. Palrang at austin.palrang@us.af.mil.
VA Portland Fire Alarm Troubleshooting and Programming
Buyer not available
The Department of Veterans Affairs is seeking contractors for the VA Portland Fire Alarm Troubleshooting and Programming project, aimed at ensuring the proper functioning of fire alarm systems at the VA Portland Health Care System. The contract, valued at approximately $25 million, includes tasks such as troubleshooting, programming reviews, and compliance with safety standards, specifically within Building 100 of the facility. This initiative is critical for maintaining safety and operational efficiency in a healthcare environment, reflecting the VA's commitment to enhancing life safety systems. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Danielle Carrico at danielle.carrico@va.gov.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 16 April 2025
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified small businesses for a flooring replacement project at the Houston ARTCC facility, specifically targeting the boiler room, chiller room, and ESU offices. The project involves the removal and disposal of existing vinyl and carpet flooring, asbestos abatement, and the installation of new epoxy flooring, adhering to strict safety and compliance standards. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and is budgeted between $50,000 and $100,000, with a contract award anticipated to the lowest responsive bidder by April 25, 2025. Interested contractors must submit their proposals to Nina Musser via email by the specified deadline, ensuring all required documentation is included.
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.