Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
ID: 6973GH-25-Q-00070Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 3, 2025, 10:08 PM UTC
This document is an amendment to a government solicitation, specifically regarding the Request for Quote (RFQ) numbered 6973GH-25-Q-00070. The amendment serves to include a Statement of Work (SOW) attached to the RFQ, providing additional details required for potential contractors. The notice indicates an important change in timelines: the closing date for the submission of offers is extended to April 15, 2025, at 4:00 PM Central Time. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, which can be done through various methods outlined in the document. The amendment maintains that all other terms and conditions of the original solicitation and contract remain unchanged. The contracting officer overseeing this amendment is Joshua D. Huckeby. Overall, the document provides essential updates for contractors participating in the solicitation process, reinforcing transparency and adherence to procurement timelines.
Apr 3, 2025, 10:08 PM UTC
The document outlines a Request for Quotations (RFQ) issued by the Federal Aviation Administration (FAA) for the installation of safety and security window film on front windows and doors at the FRG ATCT facility in Oklahoma City. The RFQ specifies that the contractor will provide all necessary labor, tools, equipment, and materials, with a performance period of 45 days after receiving a Notice to Proceed. Quotations must be submitted by April 10, 2025, and will not commit the FAA to any costs incurred by offerors in preparation. Key attachments include site plans and wage determinations. The RFQ emphasizes compliance with various regulations, including the Buy American Act, and includes certification requirements regarding tax status and potential conflicts of interest. Additionally, the document outlines payment protocols under a fixed-price contract, including electronic invoicing processes through the FAA's Delphi system. The RFQ ultimately supports FAA's ongoing contracts while ensuring adherence to federal guidelines and promoting small business participation.
The document pertains to installation instructions for window film on storefront windows and doors at a specified building. It details that both the building link and the main entrance are to have window film applied, as referenced in accompanying drawings. This task is likely part of a larger project related to facility upgrades or renovations, potentially falling under government RFPs for construction or enhancement of public infrastructure. The focus on window enhancements suggests concerns for energy efficiency, aesthetics, or security. The concise nature of the instructions emphasizes the specifics of the application areas, indicating careful planning and adherence to architectural standards as part of the overall project. Ensuring these installations are properly executed is vital for compliance with safety and functional requirements typically associated with government contracts or grants.
Apr 3, 2025, 10:08 PM UTC
The document outlines a federal government request for proposal (RFP) for the installation of window film on both the interior and exterior of sixteen storefront windows and two storefront doors. The primary objective of this project is to enhance energy efficiency, security, and aesthetic appeal of the storefronts. By applying window film, the agency aims to reduce heat gain, glare, and UV exposure, thereby improving comfort for occupants and preserving the integrity of the interior space. This initiative reflects government efforts to promote sustainable practices in public buildings. The RFP likely emphasizes compliance with safety standards and environmental regulations, ensuring that the selected contractor possesses the necessary qualifications and experience. The project is structured to facilitate bidding from contractors specializing in window treatments, thereby fostering competition and ensuring the best value for public funds.
Apr 3, 2025, 10:08 PM UTC
This document outlines a government request for proposals (RFP) focused on the installation of window film on both the exterior and interior surfaces of two windows and one door. The primary objective of this project is to enhance energy efficiency, potentially improve building aesthetics, and offer protection from UV rays and glare. By specifying the installation on both the exterior and interior, the RFP underscores a comprehensive approach to maximizing the benefits of the film. This project reflects broader initiatives within government contracts aimed at sustainability and facility management, aligning with regulations surrounding energy efficiency and building performance improvements. The details presented are succinct, emphasizing the task while not elaborating on the specific types of window films or installation methods required, which might be addressed in subsequent stages of the proposal process. The summary conveys a clear focus on improving operational efficiencies and ensuring compliance with government sustainability efforts.
Apr 3, 2025, 10:08 PM UTC
The document contains the General Decision Number NY20250032, effective from February 28, 2025, governing wage determinations for construction projects in Ontario County, New York, under the Davis-Bacon Act. This decision establishes the minimum wage rates for various construction classifications within building, heavy, and highway work, and incorporates requirements from Executive Orders 14026 and 13658. For contracts initiated on or after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a lower rate of $13.30 if not extended. The document details rates for specific classifications, such as carpenters, electricians, laborers, and equipment operators, along with their respective benefits and paid holidays. It outlines a process for appeals concerning wage determinations and emphasizes contractor obligations to ensure worker compliance regarding wages and protections under federal regulations. The primary purpose of this wage determination is to uphold fair labor standards and ensure that workers receive appropriate compensation in relation to the specific demands of construction projects funded or supported by federal and state resources.
Apr 3, 2025, 10:08 PM UTC
The document is a Contractor's Release form used by the Department of Transportation, formalizing the discharge of the United States Government from liabilities related to a specified contract upon the payment of agreed amounts. It outlines the contractor's obligations to notify the government regarding any specific or unknown third-party claims and reimbursements for costs related to patent issues. The form necessitates the contractor's signature and may include verification from a corporate secretary when applicable. This release is a critical component of government contracts, ensuring that contractors relinquish certain claims after receiving payment, thus protecting the government from post-contractual liabilities. The overall structure emphasizes compliance with contractual terms and the importance of documenting the discharge of obligations.
Apr 3, 2025, 10:08 PM UTC
The government request for proposal (RFP) outlines the installation of safety and security window films on specific glass surfaces at the Republic Airport Air Traffic Control Tower in Farmingdale, NY. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with manufacturer specifications and safety regulations, particularly due to the facility's continuous air traffic control operations. The contractor is responsible for all materials and labor, including site preparation, proper ventilation during installation, and adherence to safety protocols established by the Federal Aviation Administration (FAA). Additionally, the contractor must have substantial experience and certification in applying the specified window films, ensuring that the installation enhances security and minimizes disruption to ongoing operations. All work is to be done with a focus on protecting existing equipment and personnel, and the project includes strict guidelines for cleanup and safety documentation. The project reflects the government's commitment to enhancing security measures at critical infrastructure sites while maintaining air traffic control functionality.
Lifecycle
Title
Type
Similar Opportunities
Salt Lake City ARTCC (ZLC) Interim Service Building (ISB) Window Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of windows at the Interim Service Building (ISB) located at the Salt Lake Air Route Traffic Control Center in Salt Lake City, Utah. The project entails the removal of 50 existing sliding glass windows and the installation of new commercial-grade vinyl windows, adhering to specific performance standards and building codes. This initiative is part of the FAA's commitment to maintaining and upgrading its facilities to ensure operational integrity and safety. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Contracting Officer Raymond Lena at raymond.a.lena@faa.gov.
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 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, specifically 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 requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, 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.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 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.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
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.
DFAC DV Room Enclosure
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Distinguished Visitor (DV) Room Enclosure at the Diners Reef Dining Facility located at MacDill Air Force Base in Tampa, Florida. This project aims to enhance privacy and operational security during sensitive discussions by enclosing an area that currently suffers from high noise levels and foot traffic. The procurement includes the design, procurement, construction, and installation of glass-framed doors and windows, with a completion timeframe of 4-6 weeks for initiation and 7 days for finalization. Interested small businesses must submit their proposals, including a cover sheet and conceptual mock-up drawings, by 10:00 A.M. ET on April 23, 2025. For further inquiries, vendors can contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
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.
INSTALL SRG AND RAISED FLOOR
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential contractors for the installation of a new raised access floor system and associated renovations at the ZDV ARTCC facility in Longmont, Colorado. The project entails the demolition of existing structures, installation of approximately 2,712 square feet of raised flooring, and compliance with safety and accessibility standards, including ADA requirements and fire safety regulations. This initiative is crucial for enhancing operational efficiency and safety within the facility, ensuring minimal disruption during construction while adhering to FAA protocols. Interested vendors must submit their capability statements and responses by April 16, 2025, at 4:00 p.m. Central Time, via email to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary where necessary.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.