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
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. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors 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 installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Siding at FSD ATCT (Sioux Falls, S.D.)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "Siding at FSD ATCT" located in Sioux Falls, South Dakota. The procurement involves replacing the building envelope at the Sioux Falls Air Traffic Control Tower, which includes tasks such as removing existing vinyl siding, replacing windows with new double-pane casement windows, and installing insulated metal panel siding, among other requirements. This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with FAA regulations while minimizing disruption to airport operations. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@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.
IIJA: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.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.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Market Survey-Northeast Service Area Contract Armed Security Officer Services
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified vendors for Contract Security Officer (CSO) services in the Northeast Service Area, which includes New Hampshire, New York, New Jersey, Pennsylvania, and Virginia. The procurement aims to enhance the security of FAA employees and facilities by requiring contractors to provide armed security services, including visitor and vehicle screening, monitoring of alarms, and emergency responses, while adhering to strict operational and administrative protocols. Interested parties must submit their past performance information and capability statements by April 30, 2025, to Donald Sumner at Donald.C.Sumner@faa.gov, as the FAA evaluates the potential for future acquisitions based on the responses received.
(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 contractors for the replacement of flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. This project involves the removal and replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, all while adhering to strict safety protocols and minimizing disruption to air traffic control services. The contract is set aside exclusively for small businesses, with an estimated value between $475,000 and $550,000, and proposals are due by April 28, 2025. Interested contractors should direct inquiries to Bryon Nolan at bryon.r.nolan@faa.gov and are encouraged to attend a mandatory site visit on April 8, 2025.