*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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    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.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    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.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.