*IIJA* SOLICITATION: REPLACING THE MECHANICAL ROOM FLOORING POWER SERVICES BUILDING at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
ID: 6973GH-25-R-00109(7)Type: Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 8:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the replacement of the mechanical room flooring at the Power Services Building within the Seattle Air Route Traffic Control Center (ZSE). This project, funded under the Infrastructure Investment and Jobs Act (IIJA), aims to enhance the facility's operational integrity by installing new low VOC epoxy flooring, with a total estimated cost between $100,000 and $135,000. The selected contractor will be required to complete the work within 30 days of receiving a notice to proceed, ensuring minimal disruption to normal operations while adhering to stringent safety and security protocols. Interested small businesses must submit their proposals by April 4, 2025, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 2:04 AM UTC
The Federal Aviation Administration (FAA) has initiated a project to replace the flooring in the Mechanical Room of the Power Services building at the Seattle Air Route Traffic Control Center (ARTCC), funded under the 2022 Bipartisan Infrastructure Law. The scope of work includes removing the existing flooring and base coving, preparing the surface for new low VOC epoxy flooring, and ensuring proper application and curing processes. Specific tasks involve cleaning, grinding, patching cracks, applying primer and sealant, and laying a final epoxy coat with colored quartz chips. Notably, the Contractor must minimize disruption to normal ARTCC operations and comply with stringent government security requirements, including submission of a comprehensive project schedule and safety data. The entire project is expected to be completed within thirty days from the notice to proceed, with oversight by FAA personnel throughout the process. This project underscores the FAA's commitment to maintaining infrastructure while adhering to safety and operational standards.
Mar 26, 2025, 2:04 AM UTC
The Federal Aviation Administration (FAA) is soliciting bids for a construction project, specifically to replace the mechanical room flooring at its Enroute facility, as outlined in Request for Proposal (RFP) AC-24-05432. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), specifically targets small businesses, with total estimated costs between $100,000 and $135,000. Bidders are required to submit sealed offers by March 28, 2025, for consideration. A site visit for potential contractors is scheduled for March 12, 2025. The selected contractor must commence work within five days of receiving a notice to proceed and complete the job within 30 days. Contractors are reminded of the necessity to provide performance and payment bonds and comply with various federal regulations throughout the construction process. The document emphasizes adherence to safety protocols, environmental standards, and compliance with presidential directives related to operational practices. Overall, this RFP aims to enhance FAA infrastructure through competitive bidding while fostering participation from small business entities, ensuring transparency and regulatory compliance throughout the procurement process.
Mar 26, 2025, 2:04 AM UTC
The document is an amendment to an existing solicitation and contract modification identified as Amendment 0002, dated March 25, 2025. Its primary purpose is to implement specific changes to the solicitation, including the incorporation of a new attachment (Attachment A - ZSE-D-ARTCC-A023-bI PSB Floor 2) and an extension of the contract deadline from March 28, 2025, to April 4, 2025, at 1500 CT. These amendments are communicated through a structured format that outlines essential details such as the contract ID, solicitation number, and a list of changes. Additionally, the document specifies that all other terms and conditions of the original contract remain unchanged and in full effect. It lists various attachments, including a Statement of Work and a Wage Determination, indicating their current versions and page counts. The amendment emphasizes the importance of acknowledging receipt by potential contractors to ensure compliance with submission deadlines, underscoring the procedural aspects of government contracting processes. Overall, the document reflects standard practices in federal solicitations and modifications, aligning with regulatory requirements for transparency and contracting integrity.
Mar 26, 2025, 2:04 AM UTC
The document presents detailed architectural drawings and specifications related to the Federal Aviation Administration's (FAA) National Aeronautics System (NAS) Implementation for the Power Service Building at the Seattle ARTCC. Issued on May 11, 2023, it includes various architectural features such as slopes, floor plans, mechanical rooms, and service infrastructure relevant to the facility's operational needs. Several updates from previous years are noted, indicating continuous improvements and maintenance of the facilities based on compliance codes and audits. The key components involve significant mechanical systems including air handling units and chillers, with various references to previous construction modifications over the years. The document serves as a baseline for current and future facility upgrades, emphasizing the FAA's commitment to maintaining a reliable and efficient operational environment while ensuring adherence to established regulations. This comprehensive illustration reflects essential information for contractors and engineers involved in federal infrastructure projects, particularly in aviation services.
Mar 26, 2025, 2:04 AM UTC
The document pertains to a federal Request for Proposal (RFP) for the remodeling of restroom facilities designated as men and women restrooms at ZSU, under contract number CTRB 6973GH-25-R-00105. It outlines required information to be completed by the contractor, including their name, address, and details regarding the relevant contract such as the task order or purchase order number, its dollar value, and status (active or complete). Additionally, the contractor must specify the project title, location, and provide a comprehensive description of their role and responsibilities in the project. Contact information for the project owner or manager is also required. This file emphasizes the importance of documenting the contractor's qualifications and past experiences, which is essential for evaluating proposals and ensuring compliance with project expectations and standards. Overall, this RFP seeks to ensure that qualified contractors are chosen to effectively manage and execute the restroom remodel project.
Mar 26, 2025, 2:04 AM UTC
The document addresses questions from contractors regarding the issue of flooring work in the mechanical room of the ZSE CPDS project (RFP 6973GH-25-R-00109). Key aspects include the availability of floor plans, site access protocols, and requirements for worker identification and escort by FAA personnel. A second site visit was organized after the initial one, and it was clarified that contractors could use the roof for equipment loading, provided no damage occurred. Notably, there is no requirement for installing cove base, and specific flooring removal guidelines for elevated platforms and under mechanical equipment were established. Additionally, workers need a government-issued ID and will be screened upon facility entry. The document emphasizes safety and operational protocols essential for successful project execution within a secured federal environment, highlighting the complexity of logistics and regulations tied to governmental contracting processes.
Mar 26, 2025, 2:04 AM UTC
Similar Opportunities
(IIJA) SIR-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@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.
AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical components, with an estimated project cost between $750,000 and $1 million. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of air traffic control services, ensuring compliance with federal regulations throughout the project lifecycle. Interested parties must submit their offers by April 23, 2025, and are encouraged to attend a site visit on April 2, 2025; for inquiries, contact Cindi Tjelde at cindi.tjelde@faa.gov or 206-231-3026.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
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.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
ZAU – Chicago Center - Vent Piping Repair
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZAU – Chicago Center Vent Piping Repair project located in Aurora, Illinois. The project involves replacing rotted vent pipes in the men's restrooms at the Air Route Traffic Control Center, addressing issues related to foul odors caused by sewage gases, and ensuring compliance with safety regulations during the construction process. This procurement is crucial for maintaining operational health and safety standards within federal facilities, with an estimated contract value of less than $50,000. Interested contractors must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit on April 16, 2025, to better understand the project requirements. For further inquiries, contact Amber Jones at Amber.N.Jones@faa.gov or Linda Hennequant at Linda.Hennequant@faa.gov.
(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.
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.
ZID Door Replacements - 697DCK-25-R-00264
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZID Door Replacements project at the Indianapolis Air Route Traffic Control Center (ARTCC) in Indiana. This procurement involves a bid/build door replacement project, which is critical for maintaining the operational integrity and security of the facility. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in federal contracting opportunities. Interested parties should contact Richard Palsgrove at Richard.L.Palsgrove@faa.gov for further details regarding the procurement process.