ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

SOLICITATION: PREPARE, REMOVE PAINT (LEAD ABATEMENT), AND REPAINT THE EXISTING ASDE TOWER AND SHELTERS AT THE DENVER INTERNATIONAL AIRPORT (DEN) IN DENVER, CO

DEPARTMENT OF TRANSPORTATION 6973GH-26-R-00069
Response Deadline
Mar 13, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Federal Aviation Administration (FAA) is seeking a qualified QP-2 certified Professional Paint Contractor to perform lead abatement, paint removal, and repainting of the ASDE Tower and shelters at Denver International Airport (DEN) in Denver, Colorado. The project requires compliance with federal, state, and local regulations regarding lead-based paint removal and involves applying new coatings to a specified thickness using approved materials, while adhering to FAA obstruction marking standards. This competitive solicitation is set aside for small businesses, with an estimated contract value between $350,000 and $450,000, and proposals are due by March 13, 2026, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and ensure they attend the scheduled site visit on February 25, 2026.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Z2BC
REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES

Solicitation Documents

15 Files
(SOW) AC-26-00473 DEN ASDE Tower Paint Rev-1.pdf
PDF166 KBMar 5, 2026
AI Summary
The Federal Aviation Administration (FAA) seeks a QP-2 certified Professional Paint Contractor to repaint the ASDE Tower and Shelters at Denver International Airport. The project involves preparing, removing, and repainting surfaces to a 12 mil final thickness using Sherwin Williams Polysiloxane XLE-80 or an approved substitute. The tower must adhere to FAA AC 70/7460-1M Obstruction Marking and Lights standards, including aviation orange and white, while shelters will be painted white. A Lead-Containing Materials Survey Report identified lead on the tower frame, necessitating compliance with all federal, state, and local regulations for lead-based paint (LBP) removal, storage, transportation, and disposal. The contractor must provide all labor, materials, equipment, and permits, ensuring safety, containing work areas, and monitoring lead exposure. Key requirements include a work plan, paint submittal, QP-2 certificate, safety plan for working aloft, and providing restroom facilities, as none are on-site.
QandA Sheet 6973GH-26-R-00069.pdf
PDF462 KBMar 5, 2026
AI Summary
The Q&A sheet for RFP 6973GH-26-R-00069 addresses painting of the DEN ASDE Tower, clarifying various aspects for contractors. The project requires lead-based paint removal to galvanization, and repainting all metal items currently aviation orange and white, excluding conduit, pipes, and grating. Exterior painting is required for two shelters, approximately 10'x10', located at 25 and 90 feet. Work hours are M-F 0700-1800, with potential for night work. Site access requires FAA escort, or unescorted access with background checks. Surface preparation should follow manufacturer requirements, with alternative coating substitutions considered if they maintain color code and reduce primer coats. Abrasive blasting is permissible for paint removal, provided debris is collected. Scaffolding must be free-standing. The FAA will provide an anticipated 45-day work period after all submittals are reviewed and accepted. As-built drawings may not be available.
6973GH-26-R-00069_0001.pdf
PDF84 KBMar 5, 2026
AI Summary
This document is an amendment to Solicitation No. 6973GH-26-R-00069, modifying the terms and conditions of a federal government Request for Proposal (RFP). The amendment, numbered 0001, extends the due date for offers from March 6, 2026, to March 13, 2026. Additionally, it indicates that a Questions and Answers (Q&A) Sheet will likely be added as an attachment once completed. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by the FAA Aeronautical Center in Oklahoma City, OK, with an effective date of February 5, 2026.
6973GH-26-R-00069.pdf
PDF526 KBMar 5, 2026
AI Summary
The Federal Aviation Administration (FAA) has issued a Request for Proposals (RFP) (SOLICITATION NO. 6973GH-26-R-00069) for a competitive, 100% small business set-aside contract. This contract is for the preparation, removal, and repainting of the existing ASDE Tower and Shelters at Denver International Airport (DEN), in accordance with the provided Statement of Work. The estimated cost for this project is between $350,000 and $450,000. The FAA intends to award a one-time, standalone, firm-fixed-price contract to the responsible offeror with the lowest quoted price. The period of performance is 45 calendar days after receipt of the Notice to Proceed, with a mandatory start within 5 calendar days of the notice. Offerors must submit a proposal guarantee, and the awarded contractor will be required to furnish performance and payment bonds, each for 100% of the contract price. The solicitation includes various clauses covering inspection, government delay of work, contractor's representative, access to FAA facilities, electronic commerce, asbestos notification, strikes, and specific requirements for work at operating airports.
(SOW) AC-26-00473 DEN ASDE Tower Paint.pdf
PDF439 KBMar 5, 2026
AI Summary
The Federal Aviation Administration (FAA) seeks a QP-2 Certified Professional Paint Contractor to repaint the ASDE Tower and Shelters at Denver International Airport. The project involves removing existing lead-containing paint and applying new coatings to a 12 mil thickness using Sherwin Williams Polysiloxane XLE-80 or an approved equivalent. The tower's color must comply with FAA AC 70/7460-1M for obstruction marking, potentially using white (#17875) and aviation orange (#12197), while shelters will be white. The contractor is responsible for all labor, materials, permits, lead-based paint (LBP) abatement, disposal, and ensuring compliance with federal, state, and local regulations, including OSHA and EPA standards. Specific requirements include providing a work plan, safety plan for working aloft, and securing all necessary certifications and site access credentials. The work site lacks water, electricity, and restroom facilities, requiring the contractor to provide them. A project start date of May 4, 2026, is projected.
DEN-R ASDE Site Layout.png
PNG920 KBMar 5, 2026
AI Summary
No AI summary available for this file.
DEN-R Surface Surveillance Systems (ASDE) Inspection Checklist 8.20.2024.pdf
PDF3220 KBMar 5, 2026
AI Summary
The Surface Surveillance Systems Inspection Report details an assessment of the ASDE-3 radar system at DEN Remote, conducted on August 20, 2024. The primary goal is to inform the PMO's decision-making regarding extending the life of ASDE antennas to 10 years and towers to 20 years. The inspection covered the physical condition and functionality of the tower, antenna system, and shelter buildings. Critical issues identified include the tower's poor paint condition requiring a full repaint, an unusable elevator with missing stop plates, and unsafe elevator and ladder systems, necessitating the installation of a new stair tower. Moderate issues include the need for saddle clamps on grating and replacement of a broken hydraulic assist for the hatch door. The report provides a comprehensive deficiency assessment, categorizing issues as critical, moderate, or minor, and offers corrective actions to ensure operational standards and personnel safety.
DEN-R ASDE Tower Pictures.png
PNG713 KBMar 5, 2026
AI Summary
No AI summary available for this file.
DEN-R ASDE Lead Report.pdf
PDF634 KBMar 5, 2026
AI Summary
Titan Environmental Solutions, Inc. (TES) conducted a lead paint chip analysis at the Denver CO ASDE Tower, 8500 Pena Blvd, Denver, CO 80249, Project Number 125602-LS. Three paint chip samples were collected and analyzed by SGS Forensic Laboratories, an AIHA-accredited lab. The analysis, performed using EPA Methods 3050B and 7000B with flame atomic absorption spectrophotometry (FAAS), identified lead-containing materials (LCMs) in all samples. Lead concentrations ranged from 480 ppm to 3,700 ppm, with samples from the base of the tower leg, shelter level beam, and under the top platform beam all classified as LCMs. TES recommends that any disturbance of these materials be performed by lead hazard communication trained workers following OSHA's Lead in Construction Standard (29 CFR Part 1926.62) and all applicable federal, state, and local regulations. The report includes the laboratory analytical report and Chain-of-Custody.
Wage Determination_CO20260020.pdf
PDF1887 KBMar 5, 2026
AI Summary
The document is a General Decision Number C020260020, effective January 2, 2026, for Building Construction Projects in Denver County, Colorado. It outlines prevailing wage rates and fringe benefits for various construction trades, excluding single-family homes and apartments up to four stories. The file details specific rates for asbestos workers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, painters, plumbers, pipefitters, sprinkler fitters, and sheet metal workers, among others. It also includes information on vacation, paid holidays, and notes regarding Executive Orders 13706 and 13658, which address paid sick leave and minimum wage for federal contractors. The document also describes identifiers for union, union average, survey, and state-adopted wage rates, and provides a detailed appeals process for wage determinations.
Contractors Release Form DOT F 4220.4.doc
Word40 KBMar 5, 2026
AI Summary
The Department of Transportation's Contractor's Release form outlines the terms under which a contractor, in consideration of payment, releases the U.S. Government from all liabilities, obligations, claims, and demands arising from a specified contract. This release is subject to three key exceptions: specified claims in stated or estimated amounts, claims based on the contractor's unknown liabilities to third parties (provided timely notice is given), and claims for reimbursement of patent-related costs. The contractor also agrees to comply with all contract provisions regarding patent matters and unreleased claims, including notification and litigation defense. The form requires execution by the contractor and, for corporations, includes a statement to be completed by the corporate secretary confirming the signatory's authority and corporate powers.
Offeror Organizational Experience Form.pdf
PDF446 KBMar 5, 2026
AI Summary
The document outlines a standardized format for offerors to submit their experience information for government contracts, task orders, or purchase orders (SIR: 6973GH-26-R-00069). It requires offerors to provide detailed company information, contract numbers, dollar values, and project status (active or completed with dates). Each project submission must include a comprehensive description of the offeror's role and responsibilities, as well as contact details for the client's project owner or manager, including the government entity or company name, address, telephone, and email. The form emphasizes adherence to minimum project value and recency criteria specified in Sections L and M of the SIR Document, indicating its use in evaluating contractor qualifications for federal, state, or local government solicitations.
SF-24_BidBond.pdf
PDF202 KBMar 5, 2026
AI Summary
The Bid Bond form (OMB Control No. 2120-0595) is a crucial document for federal government solicitations, ensuring that a principal (bidder) is bound to the United States of America. This form details the principal's legal name, business address, and organization type, along with the surety's information, penal sum, and bid identification. The bond obligates the principal and surety(ies) to the government for the specified penal sum, either jointly and severally or severally, depending on the surety's structure. The conditions of the bond state that the obligation becomes void if the principal, upon bid acceptance, executes the required contractual documents and provides necessary bonds within the stipulated timeframe (60 days for acceptance, 10 days for documents). Failure to do so requires the principal to pay the government for any costs exceeding the bid amount to procure the work. The bond also allows for extensions of the bid acceptance period, with a waiver of notice to the surety(ies) for extensions aggregating up to 60 calendar days beyond the original acceptance period. The document concludes with sections for signatures and seals of the principal, individual surety(ies), and corporate surety(ies), emphasizing the legal commitment to the bid process.
SF-25A_PaymentBond.pdf
PDF332 KBMar 5, 2026
AI Summary
The document, OMB Control No. 2120-0595, is a Payment Bond (FAA Form 4400-61) used in federal government contracting to protect persons supplying labor and material. It outlines the obligations of the Principal (contractor) and Surety(ies) to the United States of America, ensuring payment to all persons having a direct relationship with the Principal or a subcontractor for furnishing labor and material in the prosecution of the work. The bond details the penal sum, bid identification, and conditions under which the obligation becomes void. Instructions are provided for completing the form, including requirements for corporate and individual sureties, signatory authority, and the affixing of seals. The document also includes information regarding the Paperwork Reduction Act Statement, estimating the public reporting burden and providing contact information for comments on the burden estimate.
SF-25_PerformanceBond.pdf
PDF351 KBMar 5, 2026
AI Summary
The provided document outlines the 'PERFORMANCE BOND' form (FAA 4400-63), which is authorized for use in connection with U.S. Government contracts. This bond ensures that a Principal (contractor) fulfills all contractual obligations, including extensions and modifications, and pays all government-imposed taxes related to wages, especially if the contract falls under the Miller Act. The form details the joint and several liability of the Principal and Surety(ies) for the penal sum. Instructions for completing the bond specify requirements for Principals (legal name, business address, authorized signatures), and Sureties (corporate sureties from the Department of the Treasury's approved list, individual sureties with Standard Form 28). It also covers proper execution with seals and typed names/titles. The document includes a Public Burden Statement, estimating 25 minutes for completion, and directs comments to the Federal Aviation Administration.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 6, 2026
amendedAmendment #1· Description UpdatedMar 2, 2026
amendedLatest Amendment· Description UpdatedMar 5, 2026
deadlineResponse DeadlineMar 13, 2026
expiryArchive DateMar 28, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS

Point of Contact

Name
Stephen Branch

Place of Performance

Denver, Colorado, UNITED STATES

Official Sources