SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
ID: 6973GH-24-R-00262 Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a federal solicitation notice for a construction project involving roof replacement at McGhee Tyson Airport's Air Traffic Control Tower (ATCT), funded under the Infrastructure Investment and Jobs Act (IIJA). The project, estimated to cost between $300,000 and $400,000, is a 100% small business set-aside under NAICS 236220 for commercial and institutional building construction. Bids are due by March 14, 2025, after a site visit, and the contract will be awarded to the lowest responsible bidder. The successful bidder must begin work within 60 days of receiving the notice to proceed and complete the project within that timeframe. Additional requirements include submission of performance and payment bonds, adherence to Davis-Bacon wage determinations, and completion of all necessary documentation outlined in attachment materials. The project’s scope includes an ACM test prior to work commencement, removal of the existing roof, and installation of a new roof, adhering to the comprehensive specifications provided in the solicitation. The document emphasizes compliance with federal laws and regulations, ensuring safety and quality throughout the project lifecycle while detailing conditions for contractor responsibilities regarding inspection, performance standards, and payment processing.
    The Performance Work Statement (PWS) outlines requirements for the roofing replacement at the McGhee Tyson Airport Air Traffic Control Tower. The project involves replacing an existing roof with a single-ply PVC membrane system and requires that all labor, materials, and supervision comply with industry standards. Key tasks include hazardous material assessments for asbestos, roof demolition, installation of insulation, and proper cleanup and debris disposal. Coordination with the Federal Aviation Administration (FAA) is paramount, especially considering the facility's continuous operation, requiring scheduled work during off-peak hours. Submissions from contractors must include detailed specifications, warranty information, and safety requirements. Work will be conducted under strict safety and environmental regulations to mitigate risks associated with hazardous materials and ensure operational integrity. The overall goal is to ensure a durable and compliant roofing system while maintaining safety and functionality at this critical aviation facility.
    The document appears to be a fragmented and unstructured government file, likely related to requests for proposals (RFPs) and federal grants, with a focus on project outlines and requirements. It extensively discusses various designs and specifications for a potential construction or renovation project, involving elements like mechanical, plumbing, and electrical systems. Key themes include compliance with safety regulations, environmental considerations, and the importance of thorough assessments before proceeding with any work. Specific sections highlight the need for inspections, proposals, and possible expenditures tied to enhancing facilities, improving systems and equipment, and addressing hazardous materials. Emphasis is placed on the documentation’s role in guiding contractors and stakeholders on compliance, cost, and structural integrity throughout the project lifecycle. The overall purpose suggests an effort to standardize proposals for government projects while ensuring that all legal and safety guidelines are met. This is critical for protecting public health and ensuring that infrastructure improvements are both efficient and responsible.
    The document is a Contractor's Release form from the Department of Transportation that serves as a legal agreement between the Contractor and the U.S. Government regarding a specific contract. It outlines the total payments made, and in return for this payment, the Contractor releases the Government from all claims and liabilities associated with the contract, except for specified claims, third-party liabilities unknown at the time of signing, and certain patent-related expense reimbursements. The Contractor is obligated to comply with the contract terms, particularly in relation to patent matters and notification of the Government about any potential claims. The form is structured to include spaces for the Contractor's details, signature, and a corporate authority statement if applicable. This document is critical in government contracting to establish a clear record of financial transactions and liability waivers, facilitating smoother contractual relations and minimizing future disputes.
    The government document outlines a Request for Proposals (RFP) process for contractors to submit their credentials and project experiences. It includes sections for offeror information, contract details such as award numbers and dollar values, project status, descriptions, and key contacts for each project. Specifically, it covers three potential projects referenced under SIR: 6973GH-24-R-00262. Each section requires details on the roles and responsibilities of the offerors, along with project titles, locations, and management contacts. The document emphasizes the importance of meeting minimum project value and recency criteria as indicated in Sections L and M of the SIR. This structured approach ensures clarity in contractor submissions and helps in evaluating their qualifications for project awards, ultimately facilitating effective project execution under federal and local grant frameworks.
    The document outlines the details for a site visit related to the Roof Replacement project at the FAA Control Tower in Louisville, TN, as part of the federal RFP process. Scheduled for February 25, 2025, from 10:00 AM to 12:00 AM EST, attendees must register by the cutoff date of February 24, 2025, by emailing the designated contact. Required registration information includes the company name and full names of all participants, which will be forwarded to base security. Queries regarding the site visit can be directed to Richard A. Couch, whose contact numbers are provided. This site visit is critical for prospective contractors to assess the project scope and environment firsthand, ensuring they have a complete understanding of the requirements before submitting bids. The emphasis on registration and security protocols highlights the document's focus on organized and secure facilitation of the bidding process inherent in government RFPs.
    The document outlines the Bid Bond Form (Standard Form 24) required for federal government procurements, specifically when submitting a bid for construction, supplies, or services. It details the obligations of the Principal (the bidding party) and the Surety(ies) (guarantors) to secure the bid. The bond ensures that the Principal will sign the contract and provide necessary bonds within specified time frames upon bid acceptance. If the Principal fails to do so, they must compensate the Government for any excess costs incurred in securing the work. The bond includes crucial elements such as the date executed, principal's name, sureties' details, bid identification, and legal conditions to be fulfilled. Specific instructions on executing the bond, including the required seals and signatures, are provided along with information pertinent to corporate sureties and individual sureties. The document is part of compliance with federal requirements for solicitations and ensures financial accountability in public contracts. Overall, it solidifies the contractual commitment between the auctioning government entity and the bidder.
    The document outlines the conditions and requirements for a Performance Bond in relation to government contracts. It stipulates that the Principal is bound to fulfill all terms of the contract, including any authorized modifications, and is responsible for paying applicable taxes as mandated by the government. The bond secures a penal sum that guarantees adherence to these obligations, involving the Principal and one or more Sureties. Both parties must sign the form, with corporations required to provide evidence of their authority and affix corporate seals. The document emphasizes compliance with the Office of Management and Budget's requirements and highlights procedural instructions for properly executing the bond. The primary purpose is to establish a formal agreement ensuring that contractors uphold their responsibilities in government projects, thus protecting the government's interests.
    The document outlines the requirements for executing a Payment Bond in compliance with federal regulations under 40 USC Chapter 31, Subchapter III. It is intended to protect individuals supplying labor and materials for a government contract by binding the Principal and Surety(ies) to a penal sum, ensuring payment to parties with a direct relationship to the contract. Legal details include the designation of the Principal and Surety, corporate seals, and the need for proper execution by authorized individuals. Instructions specify that corporate sureties must be on the Department of Treasury's approved list and any co-surety arrangements must correspond in liability limits equating to the full bond amount. The form must be properly filled and submitted as part of federal grant and local RFPs, supporting the secure procurement practices essential for government contracts. The OMB Control Number and Paperwork Reduction Act statement indicate compliance with federal information collection guidelines.
    The document addresses inquiries related to project SIR 6973GH-24-R-00262, specifically concerning the roofing aspects of the ATCT project. It clarifies that the project scope is limited to the base building, with no intention to replace the Tower CAB roof. Additionally, it confirms that contractors will be allowed to photograph the roofing components and associated items as specified in the scope of work (SOW) for documentation purposes. However, it is emphasized that photography outside the defined project areas is not permitted. This information is crucial for contractors preparing to submit proposals in response to the federal RFP, ensuring clarity on project expectations and requirements regarding site access and documentation. The tone remains formal and informative, providing essential guidance for compliance and project execution.
    This document is Amendment 0001 to the solicitation associated with a project governed by the Infrastructure Investment and Jobs Act (IIJA). It provides responses to pre-site visit Requests for Information (RFI) received, as detailed in Attachment 9. The amendment clarifies that there will be no changes to the proposal submission date, which is set for March 14, 2025, at 5:00 PM EDT. It also notes that all other terms and conditions of the existing solicitation remain unchanged and in force. The amendment was issued by the FAA Aeronautical Center in Oklahoma City, and it is essential for interested bidders to acknowledge receipt of this amendment to ensure their proposals are considered valid. Overall, the amendment addresses administrative needs for clarity in the solicitation process while maintaining the proposed timeline and requirements for potential contractors.
    Similar Opportunities
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    *IIJA* ATLANTA AIR ROUTE TRAFFIC CONTROL CENTER Abate Rust, Remove Louvers and Infill on the ATL ARTCC Building Atlanta Air Route Traffic Control Center (ZTL)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract to abate rust, remove nonfunctional louvers, and infill openings at the Atlanta Air Route Traffic Control Center (ZTL) located in Hampton, Georgia. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, which has a budget between $50,000 and $100,000, within 30 days of receiving the Notice to Proceed (NTP). This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with safety standards and minimal disruption to FAA operations. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details, and must submit sealed offers by the designated deadline following a mandatory site visit scheduled for February 20, 2025.
    RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Bipartisan Infrastructure Law (BIL). The project involves significant construction work, including the replacement of the slide gate and improvements to the asphalt parking lots at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon notice to proceed. Interested contractors must adhere to specific requirements, including submitting an "Organizational Experience Questionnaire," providing a proposal guarantee, and complying with wage determinations under the Davis-Bacon Act. The proposal submission deadline has been extended to February 28, 2025, at 5:00 PM Central Time, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov.
    PVD ATCT Gate and Component Relocation - "IIJA" (Infrastructure Investment and Jobs Act)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration, is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island, under the Infrastructure Investment and Jobs Act (IIJA). The project involves relocating an existing vehicle security gate, installing a new ingress gate, and enhancing fencing to comply with FAA guidelines, with a contract value estimated between $100,000 and $250,000. This initiative is crucial for maintaining secure and efficient air traffic operations, ensuring that the new installations meet safety standards while minimizing disruption to ongoing FAA activities. Interested contractors must submit their sealed bids by March 13, 2025, and are required to attend a mandatory site visit on February 19, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while adhering to federal, state, and local safety regulations. This initiative is crucial for enhancing security at the ATCT and ensuring the safety and efficiency of air traffic operations. Interested contractors must contact Angela Layman at angela.layman@faa.gov, with work expected to commence within five days of the notice to proceed and complete within the specified timeline, funded by the Infrastructure Investment and Jobs Act.
    Remove the existing asphalt shingle roof and install a new metal roof on the ASR storage building roof
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove the existing asphalt shingle roof and install a new 26-gauge metal roof on the Airport Surveillance Radar (ASR) storage building located at Bangor International Airport in Maine. The project requires adherence to safety regulations, including compliance with Davis-Bacon Wage Rates and OSHA standards, while ensuring operational continuity for radar systems during construction. This initiative is crucial for maintaining infrastructure integral to the National Airspace System, with an estimated project cost ranging from $50,000 to $100,000 and a performance period of 30 calendar days upon receiving the notice to proceed. Interested contractors must RSVP for a mandatory site visit scheduled for February 19, 2025, and can contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further details.