ZAU – Chicago Center - Vent Piping Repair
ID: 697DCK25R00251Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 10:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZAU – Chicago Center Vent Piping Repair project located in Aurora, Illinois. The project involves replacing rotted vent pipes in the men's restrooms at the Air Route Traffic Control Center, addressing issues related to foul odors caused by sewage gases, and ensuring compliance with safety regulations during the construction process. This procurement is crucial for maintaining operational health and safety standards within federal facilities, with an estimated contract value of less than $50,000. Interested contractors must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit on April 16, 2025, to better understand the project requirements. For further inquiries, contact Amber Jones at Amber.N.Jones@faa.gov or Linda Hennequant at Linda.Hennequant@faa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
The file outlines a solicitation for construction work at the Federal Aviation Administration (FAA) for the ZAU Men's Restroom vent pipe replacement at the Air Route Traffic Control Center in Aurora, Illinois. The solicitation, dated April 4, 2025, requires contractors to submit sealed bids, with specific performance and completion deadlines emphasized. Key stipulations include the need for performance and payment bonds, adherence to the FAA’s Acquisition Management System instead of the Federal Acquisition Regulation, and the inclusion of required documentation in proposals. Contractors must ensure compliance with federal laws concerning hazardous materials and safety protocols, with explicit mention of environmental legislative considerations. The scope of work comprises providing necessary labor, materials, and equipment, with a clear emphasis on thorough standards outlined in the Statement of Work. The overarching aim of the solicitation is to secure an efficient and compliant contractor for necessary facility upgrades while ensuring adherence to government standards for construction projects. This document serves as a critical component of the FAA's commitment to maintaining and upgrading aviation infrastructure.
Apr 10, 2025, 7:05 PM UTC
This document outlines the requirements for Offerors to provide information about their past performance and relevant experience in response to a federal Request for Proposal (RFP). It specifically asks bidders to list a minimum of three projects completed within the past five years, which align with the size and scope specified in the Statement of Work. Each project entry should include details such as the owner/agency, contract number, completion date, project name, location, description of work, contract amount, and contact information for references. This structure is crucial for evaluating an Offeror's qualifications and ability to successfully undertake the current contract. Overall, it highlights the importance of demonstrating prior relevant experience as a key factor in the competitive bidding process for federal grants and contracts.
Apr 10, 2025, 7:05 PM UTC
The document outlines a federal Request for Proposal (RFP) for the replacement of vent pipes in the men's restrooms (1002A and 1003B) at the Chicago Air Route Traffic Control Center in Aurora, Illinois. The necessity for this project arises from reports of a foul odor due to a rotted vent pipe releasing sewage gases. The contractor is required to coordinate work with FAA representatives, replace existing iron pipes with Polyvinyl Chloride (PVC), and restore all areas to their original condition post-work. Key performance stipulations include completing the project within 15 calendar days from the Notice to Proceed and adhering to OSHA regulations for confined space work. The contractor must ensure minimal disruption during work hours from Monday to Friday, 6:00 am to 4:00 pm. The document emphasizes safety by requiring that all materials be pre-approved and proper ventilation maintained during construction activities, with strict adherence to health and safety regulations. This RFP reflects proactive maintenance regarding federal facility management, ensuring operational health and safety standards are met.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
(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.
AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical components, with an estimated project cost between $750,000 and $1 million. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of air traffic control services, ensuring compliance with federal regulations throughout the project lifecycle. Interested parties must submit their offers by April 23, 2025, and are encouraged to attend a site visit on April 2, 2025; for inquiries, contact Cindi Tjelde at cindi.tjelde@faa.gov or 206-231-3026.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
*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.
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
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.
LIT ATCT, HVAC, Replace Boiler, Controls System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls and a new boiler installation, ensuring that a fully operational cooling system is maintained throughout the construction phase. This upgrade is critical for maintaining operational integrity and compliance with FAA standards, as it enhances the facility's HVAC capabilities and ensures safety and efficiency in air traffic control operations. Interested contractors must submit their proposals by May 28, 2025, following a mandatory site visit on May 7, 2025, with an estimated project budget between $850,000 and $1,500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
ZID Door Replacements - 697DCK-25-R-00264
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZID Door Replacements project at the Indianapolis Air Route Traffic Control Center (ARTCC) in Indiana. This procurement involves a bid/build door replacement project, which is critical for maintaining the operational integrity and security of the facility. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in federal contracting opportunities. Interested parties should contact Richard Palsgrove at Richard.L.Palsgrove@faa.gov for further details regarding the procurement process.
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
(IIJA) SIR-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov.