Remove the existing asphalt shingle roof and install a new metal roof on the ASR storage building roof
ID: 242623Type: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

PSC

ROOFING AND SIDING MATERIALS (5650)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Statement of Work for a roof replacement project on the Airport Surveillance Radar (ASR) storage building at Bangor International Airport, Maine. The project entails removing an existing asphalt shingle roof and replacing it with a new 26-gauge metal roof, adhering to various specifications and safety regulations. Key tasks include the demolition of the old roof, installation of synthetic underlayment, and ensuring operational continuity for co-located radar systems during construction. The contractor is required to comply with Davis-Bacon Wage Rates, OSHA safety standards, and coordinate work schedules with the FAA's Contracting Officer Representative (COR) to prevent disruptions to critical radar and communication services. The contractor must also manage waste disposal and maintain site cleanliness throughout the project. Specific deliverables include a construction schedule and material samples for FAA review. All work must meet stringent operational risk avoidance protocols, and any encountered hazardous materials must be reported immediately. This initiative reflects the FAA’s commitment to maintaining infrastructure integral to the National Airspace System while ensuring compliance and safety during construction activities.
    The document outlines a solicitation for a construction project, specifically the installation of a new metal roof on the ASR storage building in North Bangor, ME, under a federal contract. The estimated project cost ranges from $50,000 to $100,000, with a performance period of 30 calendar days upon receiving the notice to proceed. A mandatory site visit is scheduled for February 19, 2025, emphasizing the importance of RSVP for attendance. The document specifies that contractors must fulfill various requirements, including performance and payment bonds, and that all proposals must be submitted in sealed, marked envelopes by a set deadline. Key provisions regarding inspections, compliance with regulations, and electronic payment instructions are included, underscoring the project's regulatory framework. Particular attention is given to the need for contractors to be registered in the System for Award Management (SAM) and to understand the cost principles applicable for pricing contracts. Overall, the solicitation details the administrative and technical expectations for potential bidders, highlighting the importance of adherence to federal standards and requirements in government contracting.
    The document pertains to a procurement request for the removal of an existing asphalt shingle roof and the installation of a new metal roof on the ASR storage building. It outlines the experience and qualifications required from contractors interested in the project. Key elements include contractor identification, such as name and address, as well as details about previous contracts or purchase orders, including their dollar value and status. The contractor must provide a project title, location, and a detailed description of their role and responsibilities. Furthermore, contact information for the project owner or manager is required. This file emphasizes the importance of documenting contractor experience in the context of government RFPs, ensuring that qualified entities are bidding for the work. Overall, it fosters transparency and accountability in federal and state procurement processes.
    The document outlines a federal government initiative related to procurement processes, specifically emphasizing requests for proposals (RFPs) and granting processes across federal, state, and local levels. The primary purpose is to solicit proposals from eligible organizations that can provide specific services or innovations to fulfill government needs effectively. Key ideas include the importance of compliance with procurement regulations, highlighting the criteria for submitting proposals, and the expected timeframe for project execution. It emphasizes transparency in evaluation criteria to ensure fairness in assessing proposals, along with the need for careful documentation and reporting. Supporting details elaborate on the fiscal responsibility, project management guidelines, and anticipated outcomes of successfully awarded contracts. The document stresses the importance of engaging with community partners and contractors who align with governmental objectives for economic development and social impact. In conclusion, this RFP guidance serves as a framework to facilitate effective communication between government entities and prospective contractors, fostering innovation and public service enhancement through well-defined project outlines and evaluation benchmarks.
    Similar Opportunities
    SOLICITATION: REHABILITATION OF VERY HIGH FREQUENCY OMNI-DIRECTIONAL RANGE (VOR) SHELTER BUILDING AT MILLINOCKET MUNICIPAL AIRPORT (MLT) IN MEDWAY, MAINE
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the rehabilitation of the Very High Frequency Omni-Directional Range (VOR) Shelter Building at Millinocket Municipal Airport (MLT) in Medway, Maine. The project entails comprehensive interior and exterior renovations, including the installation of new insulation, ceilings, LED lighting, and roofing, while ensuring compliance with Davis-Bacon Wage Rates and safety protocols. This refurbishment is crucial for maintaining navigational facilities that support aviation safety and operations. Interested small businesses must submit sealed offers by the specified deadline, with the contract expected to be awarded to the lowest responsible offeror, and work to be completed within 45 days of receiving a notice to proceed. For further inquiries, potential bidders can contact Stephen Branch at stephen.n.branch@faa.gov.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    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.
    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.
    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.
    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.
    Repair Roof Hangar 7, Bldg. 623 (WWCX 22-1008) & Repair Roof Hangar 8, Bldg. 624 (WWCX 22-1009) Pituffik Space Base, Greenland
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to repair the roofs of Hangar 7 (Building 623) and Hangar 8 (Building 624) at Pituffik Space Base in Greenland. The procurement aims to address necessary repairs to these airfield structures, ensuring their operational integrity and safety. Roofing contractors with expertise in the repair or alteration of airfield structures are encouraged to participate, as these facilities play a critical role in supporting military operations. Interested parties can reach out to Rene Streander at rene.streander.2.dk@spaceforce.mil or Patrick King at patrick.king.23@spaceforce.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    DESIGN-BUILD - EARECKSON ROOFS REPLACEMENT, EARECKSON AIR STATION, ALASKA (EAR081)
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the design-build project focused on the replacement of roofs at Eareckson Air Station in Alaska. This procurement aims to address the structural integrity and functionality of the roofs, ensuring they meet current standards and requirements for commercial and institutional building construction. The successful contractor will play a crucial role in enhancing the operational capabilities of the air station, which is vital for defense operations in the region. Interested parties can reach out to Katherine Green at katherine.green@usace.army.mil or call 907-753-5724 for further details regarding this sources sought notice.
    *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.
    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.