AMEND P0002 as of 6.4.2025 **IIJA** Replace the existing 25ft wide by 89in tall vehicle security gate and controller/operator with battery backup at North Syracuse, NY
ID: 6973GH-25-R-00127Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

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 replace an existing vehicle security gate and controller/operator with battery backup at the North Syracuse, NY Air Traffic Control Tower. The project involves the installation of a new 25ft wide by 89in tall vertical swing-gate, ensuring compliance with FAA regulations and maintaining site security throughout the construction process. This initiative is part of an Infrastructure Investment and Jobs Act (IIJA) funded project, with a budget estimated between $50,000 and $100,000, and completion expected within 30 days of the notice to proceed. Interested contractors must register with the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for June 3, 2025. For further inquiries, contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the replacement of a vehicle security gate and its operator controls at the Air Traffic Control Tower in Syracuse, NY. The main objective is to install a new 25ft wide by 89in tall vertical swing-gate and operator, which includes battery backup and a cold weather package, adhering to FAA specifications. The contractor must provide all necessary labor, materials, and equipment, while ensuring proper disposal of the existing gate. Key responsibilities include marking existing utilities before excavation, providing temporary security measures during construction, and coordinating with FAA personnel to maintain operational integrity. The contractor must have knowledge of existing access control systems, ensuring interoperability with the new gate. Furthermore, the project requires scheduled site meetings, compliance with security protocols, and adherence to safety regulations throughout the duration of the work. All project elements must prioritize the security functionality of the facility, with thorough testing before and after installation. The timeframe to complete the work is 30 days following the notice to proceed, emphasizing careful planning and communication with the FAA.
    The document outlines a Request for Proposal (RFP) for the replacement of a vehicle security gate at the Air Traffic Control Tower (SYR) in Syracuse, NY. The primary objective is to install a new 25ft wide by 89in tall vertical swing-gate and operator with battery backup, ensuring compliance with FAA orders. The contractor is responsible for all aspects of the project, from removing the existing gate to ensuring the new system integrates seamlessly with existing access controls. Key elements include: - Disposing of the old gate, marking existing utilities, and reusing concrete pads and grounding setups. - Installation of ornamental fence panels and guaranteeing overall site security during construction, necessitating an approved phasing plan. - Adherence to safety and quality standards, including certification for rigging and compliance with FAA regulations during operation. - The requirement for mandatory meetings before commencing work, within a strict timeline of 30 days upon notice to proceed. The document emphasizes the need for coordination with FAA personnel to maintain ongoing operations, highlighting security as a critical factor throughout the project's execution.
    The FAA Aeronautical Center has issued a solicitation for a construction project, specifically to replace a security gate and operator controls, as part of an IIJA-funded initiative. The project budget ranges from $50,000 to $100,000, with an expected completion within 30 days of receiving the notice to proceed. The solicitation outlines the requirement for contractors to complete a site visit on June 3rd, 2025, and confirms that attendance is mandatory. The contractor must comply with various regulations, including security, safety, and environmental standards, as well as acquire any necessary permits. The contract will require the contractor to furnish payment and performance bonds, submit sealed offers, and complete all work in strict accordance with the terms specified in the solicitation documents. Additionally, the document includes clauses regarding payment processing, electronic invoicing requirements, and adherence to the Buy American Act as it pertains to construction materials. The solicitation is structured to ensure transparency and competitiveness in procurement, emphasizing compliance with legal and regulatory frameworks. Overall, this solicitation represents a critical step in enhancing airport infrastructure and security measures funded by federal resources.
    This document serves as an amendment to a solicitation related to the FAA Aeronautical Center, specifically detailing changes to a contract identified by number 6973GH-25-R-00127. The amendment, effective from May 20, 2025, modifies the existing scope of work by deleting the existing Statement of Work (SOW) for SYR ATCT Security Gate dated April 22, 2025, and incorporating a new SOW for the same security gate dated May 16, 2025. It clarifies that all other contractual terms and conditions remain unchanged. The amendment must be acknowledged by the contractors to avoid offer rejection, ensuring compliance with submission deadlines. Additionally, the list of documents attached to the solicitation has been revised, with detailed information on attachments, including their titles, dates, and the number of pages. This document reflects the ongoing management of contractual obligations under federal guidelines, ensuring transparency and clarity in modifications.
    The document represents an amendment to a government solicitation/modification of a contract, specifically Amendment 0002, dated May 20, 2025. It details changes made to the Statement of Work (SOW) for the Security Gate project at the SYR Aeronautical Center, including the incorporation of four attachments that were previously referenced but not included. The amendment specifies that all other contract terms remain unchanged and emphasizes the importance of acknowledging the amendment in bids submitted. The attachments consist of a drawing of the Gate Modification Plan, agent's photographs of the existing gate and its components, providing context for the modifications. This amendment is part of the ongoing procurement process, reflecting compliance with federal procedures for contract modifications in the context of government RFPs.
    This document serves as an attachment to a government Request for Proposal (RFP) regarding security gate and operator controls. It outlines the experience information that contractors must complete to demonstrate their qualifications for the project. Key components include the contractor's name and address, relevant contract or purchase order numbers, dollar value of the contract, status (active or complete), project title and location, a detailed description of the contractor's role and responsibilities, and contact information for the project owner or manager. Collectively, these elements are designed to assess a contractor's background and reliability in delivering the specified services effectively, which is essential for compliance and performance criteria in federal and local government contracts. The structured information requested here aids in transparency and accountability during the contractor selection process.
    The document outlines the requirements for contractors submitting experience information for the PBG MALSR Site Improvements project under RFP number 6973GH-25-R-00148. Contractors are required to provide their name and address, details regarding their contract (including the number, dollar value, and status), the completion date if applicable, and project specifics such as the title and location. Additionally, it mandates a description of the contractor's role and responsibilities within the project. Lastly, contractors must provide the contact information for the project owner or manager, including their name, address, and communication details. This structure facilitates the evaluation of contractor qualifications in the context of federal and state contracts and grants, aiming for transparency and accountability in the procurement process.
    The document is a General Wage Determination for heavy and highway construction projects in Onondaga County, New York, effective February 28, 2025. It outlines minimum wage requirements under the Davis-Bacon Act and associated Executive Orders, specifying pay at least $17.75 or $13.30 per hour depending on contract award dates. Each classification of labor, including trades such as bricklayers, electricians, and laborers, includes detailed wage rates and fringe benefits for 2024 and 2025. The document also discusses applicable paid holidays and stipulates that contractors must adhere to specific labor standards, including paid sick leave provisions for employees. The wage determination is structured to facilitate understanding of applicable rates based on types of construction and labor classifications, ensuring transparency and compliance within the federal contracting process. This information is critical for contractors bidding on government projects, helping them to remain compliant with labor laws and wage standards. Additionally, it presents an appeals process for wage determination disputes, amplifying stakeholder engagement in labor regulation.
    Similar Opportunities
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    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.
    Market Survey for Shelter Building and Slab Demolish and Installation at Bishop International Airport in Flint, MI
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small business contractors for a project involving the demolition of an existing shelter building and concrete slab at Bishop International Airport in Flint, Michigan. The selected contractor will be responsible for all labor, materials, supervision, and transportation necessary to complete the demolition and to prepare and pour a new concrete slab, as well as secure a new government-provided shelter building, in accordance with the forthcoming specifications and drawings. This project is significant for maintaining airport infrastructure and ensuring operational efficiency, with an estimated contract value between $50,000 and $100,000, and a performance timeline of 30 calendar days post-notice to proceed. Interested contractors must submit their requests for the Request for Proposal package by December 12, 2025, to Tony Bryant at Tony.W.Bryant@faa.gov, as no telephone requests will be accepted.
    183 CES Repair Vehicle Barriers
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    Santa Fe Front Gate Repair
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project. This project involves the repair of the front gate operating system, requiring the contractor to supply and install specific equipment, including two MAX 11400 Operators and associated components, while adhering to various safety and building codes. The work is critical to maintaining the operational integrity of the cemetery, particularly during sensitive times such as burial activities and holidays. Proposals are due by 1:00 PM EDT on December 19, 2025, and interested parties should contact Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV for further information.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    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.