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.
ID: 6973GH-25-R-00054Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for a construction project funded under the Bipartisan Infrastructure Law, specifically aimed at replacing HVAC units and repairing roofing systems at the FAA Aeronautical Center in Oklahoma City. The estimated cost for the project ranges from $300,000 to $400,000, and it is designated as a 100% set-aside for service-disabled veteran-owned small businesses. Proposals must be submitted within 15 calendar days after the solicitation's release date, and the performance period is expected to be within 60 days of receiving the Notice to Proceed. The solicitation emphasizes the required performance and payment bonds, submission of sealed bid formats, and specific compliance with labor laws and safety standards. It also includes attachment references, such as a Statement of Work, Wage Determination, and various bond forms necessary for bidding. The overarching purpose of the document is to initiate a competitive bidding process for contractors to enhance FAA facilities while ensuring adherence to federal regulations, including equitable participation of veteran-owned businesses.
    The Department of Transportation's Contractor's Release form outlines the financial and legal implications for contractors upon payment for services rendered. The contractor acknowledges receipt of the total payment, which includes both amounts paid and payable, and releases the U.S. Government from any further liabilities arising from the specified contract. However, the release does not apply to certain claims, including those not yet known to the contractor, specified claims for reimbursement of costs related to patents, and specified claims not covered under this release. The agreement calls for any claims related to patent matters to adhere to contract provisions, including notification to the Contracting Officer. The document emphasizes a structured process to ensure compliance with legal and financial obligations. This form is significant in the context of government Requests for Proposals (RFPs) and grants, as it clarifies the contractor's responsibilities and protections during contract execution. Overall, the Contractor's Release serves as a vital legal tool to protect both the government and contractors while ensuring transparent financial transactions and liability management.
    The document details the plans for the HVAC Replacement and Roof Rehabilitation project at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT). It outlines specifications for removing existing HVAC units and installing modern replacements, ensuring compliance with safety regulations and environmental standards. The project includes significant upgrades to electrical systems, mechanical ventilation, and roof repairs to enhance operational efficiency and safety. Key components of the work include the installation of a rooftop HVAC system, extensive roof repairs with elastomeric coating, and modifications to the existing ductwork. The contractor is responsible for maintaining site safety, managing existing facility operations during project execution, and adhering to isolated construction conditions to protect FAA equipment. Additional notes specify environmental considerations, such as refrigerant handling, providing temporary HVAC solutions, and ensuring coordination with FAA standards throughout the construction process. This initiative underscores the federal commitment to maintaining and upgrading aviation infrastructure.
    The document outlines the necessary components and information required from an offeror in response to a government Request for Proposals (RFP) or similar solicitation. It includes sections for the offeror's contact information, details on the contract, project status, and the description of the project including the role and responsibilities of the offeror. The structure mandates an overview of project specifics such as title, location, and client project manager details. There are placeholders for two distinct project experiences, ensuring that the offeror meets certain criteria related to project value and recency as outlined in the RFP. The emphasis lies in clarity and completeness of information to facilitate assessment by the government entity, aiding in the decision-making process for contract awards. This structure is typical for federal RFPs and grants, reflecting a systematic approach to gathering necessary qualifications from potential contractors.
    The document outlines the requirements and structure of a Bid Bond used in federal contracting, specifically by the Federal Aviation Administration (FAA). It includes provisions for ensuring that bidders are financially committed to their proposals and must adhere to the terms specified within their bid submissions. The Bid Bond requires the principal—typically a construction or service provider—to submit their bid identification along with details such as the amount of the penal sum, which indicates the maximum payout to the government should the principal fail to execute the contract as stipulated. Key conditions primarily focus on the obligations of the principal and associated sureties to the government, emphasizing that the bond is void if the principal fulfills their contract obligations or compensates the government for any procurement costs exceeding their bid amount. There are also provisions regarding the surety's responsibilities and the process for executing the bond, ensuring clarity on liability and acceptance timelines. This comprehensive document is crucial for maintaining regulatory compliance in procurement processes and minimizing financial risks in government contracting.
    This document outlines the Performance Bond required for government contracts, confirming the Principal's commitment to fulfill contractual obligations to the United States Government. It specifies the necessary details, including the Principal's legal name, organization type, state of incorporation, and the Surety or Sureties involved, as well as their liabilities. The bond serves as a guarantee that the Principal will perform all contract terms and pay any applicable taxes, with provisions for modifications and joint obligations among Sureties. It includes instructions for proper execution, emphasizing the need for authorized signatures and corporate seals, particularly for corporate Sureties approved by the Department of the Treasury. The document is essential for compliance with federal regulations pertaining to construction contracts and should be completed accurately to ensure legal binding. The performance bond ultimately protects the government by ensuring project completion and financial accountability, highlighting its importance in federal RFPs and grants.
    This government document outlines the requirements for a Payment Bond, specifically under the OMB Control No. 2120-0595, which is essential for safeguarding payments related to labor and materials in federal contracts. The form must include the Principal’s legal name, business address, and type of organization, specifying either corporate or individual sureties involved in the bond. It imposes a joint and several liability on the Principal and Surety(ies) for the agreed penal sum, thereby ensuring payment to all parties involved in the contract's execution. Key instructions detail the necessary signatures and seals from authorized representatives and the provisions regarding modifications to the contract, which do not require additional notice to the Sureties. Compliance under this bond is mandatory for ensuring obligations are met, particularly for construction work or services provided. The Paperwork Reduction Act Statement indicates that respondents are estimated to spend approximately 25 minutes completing the form, which must display a valid OMB Control Number to be compliant. This document serves a critical role in federal contracting, highlighting the importance of financial security for stakeholders engaged in governmental projects, enhancing transparency and accountability in public expenditure.
    The document outlines the Statement of Work (SoW) for replacing the HVAC units and rehabilitating the roof of the Air Traffic Control Tower (ATCT) located in Lawrence, MA. The objective is to install new heating, ventilation, and air conditioning systems while ensuring the facility remains operational during construction to prevent risks to air traffic safety. The scope includes demolition, installation of new rooftop and package terminal units, electric unit heaters, and application of protective elastomeric coatings on the roofs. Contractors must furnish all labor and materials, conduct safety meetings, and submit various plans including odor mitigation and safety compliance. Work is to be completed within 60 days, with potential night operations to minimize disruption. Security protocols mandate that all contractor personnel be escorted by FAA staff, and specific regulatory compliance measures are outlined for hazardous materials. The summary also specifies warranty terms for installations and equipment. This document serves as a comprehensive guide for contractors responding to the federal RFP, illustrating the high standards and operational integrity required in a sensitive airport environment.
    The document outlines the requirements for submitting a Uniform Bipartisan Infrastructure Law (BIL) Data Report to the Federal Aviation Administration (FAA). It consists of five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation, each detailing specific information that must be provided. The report requires details about the prime contractor, including contact information, socio-economic status, contract identifiers, total obligations, job control numbers (JCNs), project locations, and dollar values. Additionally, it looks for information on non-domestic purchases related to the contract, energy-saving initiatives, expenditures on subcontracts categorized by socio-economic status, and the number of jobs created as both full-time equivalents and by first-tier subcontractors. With an emphasis on compliance with the FAA requirements and the Paperwork Reduction Act, the report is critical for tracking the implementation of BIL funds in enhancing infrastructural projects. Overall, it serves as a compliance tool for the government while ensuring economic and environmental considerations are met in public contract engagements.
    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.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is soliciting proposals for the removal and replacement of an inoperable rooftop heating, ventilation, and air conditioning (HVAC) unit at Building 2410, located at Joint Base Cape Cod, Massachusetts. The project aims to support critical functions related to GPS capabilities for the United States Air Force and the Federal Aviation Administration, requiring comprehensive construction services that include demolition, installation of a new HVAC system, and adherence to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with an estimated contract value between $25,000 and $125,000, and proposals are due by 4:00 PM EST on February 21, 2025. Interested contractors can reach out to Patricia Barnett or Matthew Phelps for further inquiries and are encouraged to attend a site visit scheduled for February 7, 2025.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    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 requires contractors to provide all necessary labor, materials, tools, and supervision to refurbish critical infrastructure, ensuring operational readiness and compliance with federal safety standards. This refurbishment is vital for maintaining the integrity of air traffic communications, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals by February 25, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
    MARKET SURVEY - RDG ATCT (Design-Build) project in Reading, PA
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) project in Reading, Pennsylvania, with an estimated budget of $50 million to $75 million. The FAA seeks to assess industry interest and capability to meet the project requirements, which include comprehensive design, construction, and engineering services that adhere to federal standards and sustainability practices. This initiative is crucial for enhancing air traffic control infrastructure, ensuring safety and efficiency in airport operations. Interested vendors must submit their qualifications by February 13, 2025, with inquiries accepted until February 6, 2025. Registration in the System for Award Management (SAM) is mandatory, and all costs associated with responses will be borne by the vendors. For further information, contact Robert Higgins at robert.higgins@faa.gov or call 781-238-7670.
    Fire Life Safety at EVV ATCT in Evansville, Indiana
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified contractors for a fire life safety upgrade at the Evansville Air Traffic Control Tower (ATCT) in Indiana. The project involves enhancing the architectural, mechanical, electrical, and fire protection systems to meet OSHA, FAA, and fire code requirements, including the replacement of the existing fire detection and alarm system components. This upgrade is crucial for ensuring the operational safety and effectiveness of the ATCT, with an estimated project cost ranging from $400,000 to $750,000. Interested small businesses must submit their proposals by February 7, 2025, and can contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further information.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the CAB Glass Replacement Project at the Lewisburg Air Traffic Control Tower (ATCT) in Lewisburg, West Virginia. This project requires contractors to provide all necessary labor, tools, materials, and supervision to replace a cracked insulating glass unit (IGU), ensuring compliance with safety regulations and minimal disruption to air traffic operations. The work must be completed within 60 calendar days of the notice to proceed, with a site visit scheduled for February 12, 2025, and proposals due by March 4, 2025. Interested contractors must be registered in the Central Contractor Registry and submit their proposals electronically to Regina Singleton at regina.singleton@faa.gov, with the total project cost anticipated to be less than $50,000.
    Ductless Mini-Split Heating & Cooling System for DCR Room at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotes for the installation of a ductless mini-split heating and cooling system in Building 2410 at Joint Base Cape Cod, Massachusetts. The project requires a contractor to provide all necessary personnel, equipment, and materials to complete the installation in accordance with the provided Statement of Work and specifications, with a budget estimated between $5,000 and $30,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal regulations and ethical standards in the contracting process. Interested contractors must submit their quotes by February 21, 2025, and may contact Patricia Barnett at patricia.barnett@dot.gov or 857-259-2998 for further information.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    Fire Life Safety Maintenance and Testing at DEN, D01, BJC
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for Fire Life Safety Maintenance and Testing services at various locations in Denver, Colorado, including the Denver International Airport Air Traffic Control Tower (ATCT), Denver TRACON, and Rocky Mountain Metropolitan Airport ATCT. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover a performance period from April 1, 2025, to March 31, 2030, and includes multiple service intervals such as quarterly, semi-annual, annual, and five-year services as outlined in the Performance Work Statement. This procurement is critical for ensuring the safety and operational integrity of fire safety systems within FAA facilities, adhering to federal regulations and standards. Interested contractors must submit their proposals by February 13, 2025, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.