Evansville, IN - Access Road Repair in Evansville, IN
ID: 25-19006165Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Access Road Repair project in Evansville, Indiana. Contractors are required to provide all necessary materials, labor, and supervision to repair the access road and parking area at the Evansville Regional Airport, adhering to specific safety and operational standards outlined in the attached documentation. This project is crucial for maintaining infrastructure integrity and operational continuity at the airport, with an estimated contract value between $50,000 and $100,000. Interested bidders must submit their quotes by May 2, 2025, and ensure compliance with registration in the System for Award Management (SAM) and INDOT certification, with further inquiries directed to Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for the replacement of access road pavement and refurbishment of the parking lot at Evansville Regional Airport (EVV). It emphasizes the necessity for contractors to conduct a site inspection before submitting bids and details the working hours, which are limited to a standard 40-hour week. Safety and operational continuity of the air traffic control facility are paramount and will require coordination with the FAA for site access. The work involves cleaning and sealing existing pavement and installing new subgrade and asphalt pavement while protecting existing infrastructure. The specified scope includes specific preparation methods for the subgrade, compaction requirements, and adherence to transportation department standards. Quality assurance procedures, testing, and cleaning protocols post-construction are explicitly outlined to ensure the project's compliance with established safety and performance standards. This document serves as a critical framework for contractors responding to the government’s Request for Proposals (RFP) for infrastructure improvements within a secured airport environment, showcasing the adherence to safety and operational continuity requests inherent in government contracts.
    The document outlines the representations, certifications, and various provisions relevant to bidders for contracts with the Federal Aviation Administration (FAA). Key sections include regulations on conducting business in prohibited countries, minimum offer acceptance periods, and responsibilities regarding tax and felony convictions. The FAA emphasizes that offers must remain valid for a minimum of 120 calendar days and that bidders cannot contract if they are debarred or if they fall under specific exceptions regarding tax liabilities. In terms of compliance, offerors must certify their registration status in the System for Award Management (SAM) and may be evaluated based on past performances, technical proposals, and cost proposals. The document also specifies procurement procedures, stipulating that awards are based on the lowest-priced responsive offer from a responsible bidder. There are guidelines for representations relating to telecommunications services and other contractual clauses, emphasizing national security and compliance with federal laws. Overall, the document serves as a comprehensive framework for the bidding process, outlining essential certifications and requirements for maintaining contract eligibility, thereby facilitating transparent and competitive procurement while safeguarding government interests.
    The document outlines wage determinations for construction projects in Indiana, specifically for building projects that are not residential. It refers to the Davis-Bacon Act, emphasizing the requirement to pay applicable minimum wage rates as stipulated under Executive Orders 14026 and 13658. The document details wage rates and fringe benefits for various construction-related jobs in multiple Indiana counties, including rates for specialized roles like asbestos workers, elevator mechanics, electricians, and laborers, with specific classifications and pay scales noted. It also highlights the further implications of these wage determinations, such as requirements for contractor compliance with Executive Orders regarding paid sick leave and the process for appealing wage determination decisions. The focus is on ensuring fair labor conditions and compliance with federal guidelines in government-funded construction to uphold workers' rights. Overall, this document serves as a comprehensive wage guideline to aid contractors in adhering to legal wage standards while working on public projects in the designated Indiana counties.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    IN NP INDU PMS(1), Pavement Preservation Indiana Dunes
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation project at Indiana Dunes National Park, identified as Solicitation No. 69056725R000016. This project aims to enhance and preserve approximately 5.96 miles of paved roads and parking areas, with additional options for further improvements, utilizing a budget estimated between $5 million and $10 million. The selected prime contractors will be responsible for executing the project in accordance with federal highway standards, and proposals must be submitted in printed form by July 24, 2026. For further inquiries, interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Gary Airport Storm and Sanitary Sewer Improvements, Gary, Lake County, Indiana
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is soliciting bids for the Gary Airport Storm and Sanitary Sewer Improvements project located in Gary, Lake County, Indiana. This project involves various construction tasks, including sewer line cleaning, partial replacement of a sewer, rehabilitation of sewer pipes, and improvements to lift stations, with an estimated construction cost between $1,000,000 and $5,000,000. The procurement is set aside for small business concerns, and interested bidders must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to participate. Bids are due by 11:00 a.m. Central Time on January 8, 2026, with a pre-bid site visit scheduled for December 18, 2025. For further inquiries, contact Jim Parizek at james.p.parizek@usace.army.mil or call 312-846-5585.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    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.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.