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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    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.
    ZDV CTRB Raised Floor
    Buyer not available
    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
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    MARKET SURVEY - EYW ATCT (Design-Build) Tower project in Key West, FL
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) at Key West International Airport (EYW), Florida. The project, with an estimated cost between $45 million and $55 million, aims to construct a modern, resilient facility that adheres to federal, state, and local codes, particularly focusing on hurricane wind loads and floodplain protection. This initiative is part of the Infrastructure Investment and Jobs Act and emphasizes safety, operational continuity, and high-quality workmanship. Interested vendors must submit their company information, relevant experience in similar projects valued at a minimum of $10 million within the last ten years, a completed Business Declaration form, and feedback on the proposed budget by 5:00 PM ET on December 8, 2025, to Robert Higgins at robert.higgins@faa.gov. An active SAM registration is required for consideration in future government contracts.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    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.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.