CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement
ID: 6973GH-24-R-00220Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement project at the Chattanooga Air Traffic Control Tower in Tennessee. The project involves the replacement of the roof and optimization of the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system to enhance the facility's resilience against severe weather, ensuring compliance with FAA standards. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated contract value between $100,000 and $250,000, and proposals are due by October 17, 2024. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details and must acknowledge the recent amendment regarding the site visit, now scheduled for October 2, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents Amendment 0001 to a solicitation associated with the FAA Aeronautical Center, impacting the timing of a site visit. Originally scheduled for September 26, 2024, the site visit has been rescheduled to October 2, 2024, at 1000 EDT. The designated point of contact for this amendment is Gary Longmire, whose contact numbers are provided. The location of the site visit remains unchanged at CHA ATCT in Chattanooga, TN. The amendment emphasizes that all other terms and conditions of the solicitation remain intact and enforceable. Contractors are advised to acknowledge the receipt of this amendment as part of their bidding process. This document is part of the standard procedure in federal contracting, ensuring clear communication of changes to solicitations and maintaining the integrity of the contracting process.
    This document outlines the requirements and conditions for a bid bond associated with federal government contracts. It operates under the Paperwork Reduction Act and is regulated by the Office of Management and Budget (OMB) with Control Number 2120-0595. The bid bond serves as a guarantee that the principal (the bidder) and surety (the bonding company) are committed to the obligations defined in the bond if the bid is accepted. The document specifies that upon acceptance of a bid, the principal must either execute the contract or pay the government for additional costs incurred if they fail to do so, contingent on a specified period. The bond must be executed before the scheduled bid opening date, and it includes structured information such as the legal names, addresses of the principal and surety, the penal sum of the bond, and the specifics of the bid. The bond gives the government assurance of financial protection against potential default by the contractor. By fulfilling these stipulations, the bid bond reinforces compliance within the context of federal grants and RFP processing.
    The document outlines the Organizational Experience Questionnaire (OEQ) as part of the Source Selection process for the CHA ATCT Roof Replacement and associated projects. Contractors are required to provide specific information, including their name, address, and details about a contract or task order, such as its dollar value, status, and completion date. Additionally, the document requests a project title and location, along with a description of the contractor's role and responsibilities on the project. Contact details for the project owner or manager must also be supplied. This OEQ is critical for evaluating contractor qualifications and past performance within the framework of federal requests for proposals (RFPs), ensuring compliance and quality in federal contracting efforts. Overall, the OEQ serves to gather essential information necessary for the assessment of contractor capabilities and experience in executing similar projects.
    This document outlines the requirements and structure for a Payment Bond utilized in federal contracts, specifically governed by the Act of August 24, 1935. It mandates that the Principal and Sureties, hereby binding themselves to the U.S. Government, ensure payment for all labor and materials associated with a construction or service contract. The document stipulates essential details such as the Principal's legal identification, the liability limits, and the signatures required from both the Principal and Surety entities. Additionally, it provides procedural instructions, including the necessity for corporate sureties to appear on an approved list and the requirement of completed affidavits for individual sureties. Compliance with the Paperwork Reduction Act is noted, emphasizing that respondents are not penalized for failing to comply unless a valid OMB Control Number is displayed. Overall, this payment bond form serves to protect individuals supplying labor and materials while laying out the necessary legal framework to ensure financial accountability in federal contracting scenarios.
    The document is a Performance Bond required in relation to government contracts, ensuring that the Principal (contractor) fulfills the obligations of the contract with the U.S. Government. It contains various sections for the identification of parties involved, including the Principal, Surety(ies), and their respective liability limits, and it emphasizes that compliance with contract terms and conditions is paramount. The bond is deemed invalid if the Principal meets all contract requirements, including performance and payment of necessary taxes. It details procedural instructions for executing the bond, including who must sign and the necessity for corporate seals. Additionally, it outlines the governmental requirements for sureties and provides contact information for comments related to the associated paperwork. The Performance Bond is essential for federal contracting processes, providing assurance against potential breaches of contract by contractors, ultimately safeguarding public interests in federal and state projects.
    The solicitation involves the construction and repair of the Chattanooga Airport Traffic Control Tower (CHA ATCT), specifically focusing on the roof replacement and optimization of the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system. The estimated cost for the project ranges between $100,000 and $250,000, with a performance period of 30 days after receiving the Notice to Proceed (NTP). A mandatory site visit is scheduled for September 26, 2024, where potential contractors can engage with the project lead. The contractor will be responsible for providing all necessary labor, materials, and equipment while adhering to specified safety standards and regulations. Proposals must be submitted by October 17, 2024, and compliance with federal contracting guidelines, including performance and payment bonding, is mandatory. The document underscores the importance of transparency, requiring contractors to disclose any payments made to influence federal transactions and to ensure all project requirements are met. This solicitation illustrates the government's commitment to enhancing infrastructure and ensuring operational safety within aviation facilities.
    The Federal Aviation Administration (FAA) is conducting optimization improvements on the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system at the Chattanooga Air Traffic Control Tower (ATCT). This initiative aims to enhance the structure's resilience against severe weather. A site survey identified deficiencies in the existing LPGBS infrastructure compared to FAA-STD-019F Chg. 3 standards, prompting various recommended upgrades. Key actions include replacing shorter air terminals with taller masts, implementing equalization rings, and installing proper bonding for antennas and hatches. The completion of these tasks will occur during both operational and non-operational hours to limit impact on air traffic operations. Required submittals include a project schedule, safety plan, and installation documentation. This endeavor aligns with FAA and National Fire Protection Association standards, emphasizing compliance and safety throughout construction.
    The document outlines the requirements for the reroofing of the Air Traffic Control Tower at Chattanooga Regional Airport. The contractor is required to provide all labor, materials, and equipment for the project, which includes removing the existing roof, installing new insulation and a single-ply membrane roofing system, and ensuring that the lightning protection system remains operable during the renovation. The work must comply with federal aviation standards, particularly to avoid interference with FAA radio systems. The contractor must coordinate work schedules to minimize disruptions to air traffic operations and adhere to safety regulations. Additionally, the contractor is responsible for obtaining necessary permits, managing site security, and ensuring all work areas are clean and safe. Key components include a 15-year manufacturer's warranty on the roofing membrane and a 1-year contractor warranty on workmanship. The operational nature of the facility requires careful planning concerning hours of work, with a preference for non-operational hours for more sensitive tasks. This document serves as a comprehensive guideline under federal procedures for procurement related to infrastructure improvements in government facilities, emphasizing safety, compliance, and operational continuity.
    The Federal Aviation Administration (FAA) requires the completion of a Uniform Bipartisan Infrastructure Law (BIL) Data Report, structured across five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. The report aims to collect essential data from prime contractors concerning their contractual obligations under the BIL. Each tab serves a distinct purpose: the Contractor Info tab gathers contractor details, the Buy American tab records non-domestic purchases, the Environmentally Friendly tab highlights energy savings efforts, the Subcontracting tab tracks subcontractor expenditures categorized by socio-economic status, and the Jobs Creation tab reports the number of jobs created. Contractors must provide comprehensive financial data, job control numbers (JCN), and descriptions relevant to their projects, ensuring compliance with federal regulations. The report must be submitted electronically to designated FAA contacts by specific deadlines. The initiative reflects the government’s commitment to transparency, economic growth, and accountability in the management of federal funds, as well as support for small and disadvantaged businesses. Each section of the report is designed to facilitate oversight and ensure projects align with the goals of the bipartisan legislation.
    The document details the wage determination for construction projects in Hamilton County, Tennessee, under the Davis-Bacon Act, effective August 23, 2024. It specifies that building construction projects, excluding certain residential types, must comply with wage rates set by relevant Executive Orders. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour; contracts awarded between January 1, 2015, and January 29, 2022, mandate $12.90 per hour if not renewed. It lists various occupation classifications along with their prevailing wage rates and fringe benefits for 2024, such as electricians earning $35.35 and asbestos workers $36.52. Additionally, contractors must ensure worker protections, including provisions for paid sick leave under Executive Order 13706. The document outlines the appeals process for wage determinations and classifications not listed in the wage determination. It emphasizes compliance and updates to wage rates based on surveys, adjusted annually. The tone is formal, reflecting the regulatory framework guiding federal contracts and emphasizing the importance of adhering to labor standards within government projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. This project, which is anticipated to be funded by the Bipartisan Infrastructure Law, involves approximately 10,300 square yards of asphalt rehabilitation, pressure washing of hardscape surfaces, and installation of new materials, with a performance period of 90 days post-notice to proceed. The estimated contract value ranges from $500,000 to $1,000,000, and all interested contractors must submit their proposals by the extended deadline of October 18, 2024, while ensuring compliance with federal regulations and reporting requirements. For further inquiries, contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    BVY ATCT Roof and HVAC Unit Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the BVY ATCT Roof and HVAC Unit Replacement project located in Beverly, Massachusetts. The procurement involves the application of elastomeric roofing, replacement of HVAC units, and installation of electric unit heaters at the Beverly Air Traffic Control Tower, with a contract value estimated between $250,000 and $500,000. This project is critical for maintaining the operational integrity and safety of air traffic control facilities, reflecting the FAA's commitment to infrastructure improvement funded by the Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further information.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Air Traffic Control Tower (GNV ATCT) in Gainesville, Florida. The project aims to enhance site accessibility and functionality, including the installation of new infrastructure such as a gravel base, asphalt pavement, concrete sidewalks, and a loading dock, while ensuring compliance with federal standards and safety protocols. This initiative is funded by the Bipartisan Infrastructure Law (BIL), with an anticipated contract value between $250,000 and $500,000, and requires contractors to submit proposals by the specified deadline following a site visit scheduled for October 2, 2024. Interested parties can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    Guam (ZUA) Airport Traffic control Tower Cab Replacement
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking proposals from qualified architect-engineering firms for the replacement of the Air Traffic Control Tower (ATCT) Cab at Antonio B. Won Pat International Airport in Guam. The project involves designing and preparing bid documents for a new cab structure to address significant deterioration of the existing cab, which has suffered from severe corrosion and structural issues due to environmental conditions since the FAA took control in 1995. This initiative is critical for maintaining safety and operational effectiveness in air traffic management infrastructure, ensuring compliance with current safety codes and standards. Interested vendors must submit their proposals by January 22, 2025, and are encouraged to attend site visits scheduled for October 30 and 31, 2024; all inquiries should be directed to Katherine Fogle at katherine.fogle@faa.gov.
    Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, MA
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, Maine. This project involves the replacement and upgrade of various HVAC components, including chillers, boilers, and air handling units, as well as enhancements to the fire life safety systems, ensuring minimal disruption to airport operations during construction. The selected contractor will be responsible for adhering to strict safety protocols and completing the project within a firm fixed-price contract estimated between $2 million and $4 million. Interested small businesses must submit their proposals by the specified deadline and can contact Ms. Joni Haynes at joni.l.haynes@faa.gov for further information.
    BIL FUNDED - Fire Alarm Retrofit Project
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors for the BIL FUNDED - Fire Alarm Retrofit Project at the Philadelphia International Airport's Air Traffic Control Tower (PHL ATCT/TRACON) in Pennsylvania. The project involves removing the existing fire alarm system hardware and replacing it with new Siemens fire alarm system hardware, including a Fire Alarm Control Unit and all necessary alarm initiating devices, to enhance safety and compliance. This procurement is crucial for maintaining operational safety standards at the airport, with an estimated construction value between $100,000 and $250,000 and a performance period of 45 calendar days. Interested vendors must submit their capability statements and past performance information by October 9, 2024, to Amber Jones at amber.n.jones@faa.gov and Linda Hennequant at linda.hennequant@faa.gov.
    SEEKING SOURCES FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the demolition and construction of communication towers located in Fredericksburg, Texas (T82) and Plainview, Texas (PVW). The procurement aims to replace outdated communication infrastructure with new towers that meet modern safety and service standards, ensuring compliance with FAA regulations and various safety codes. This project is critical for enhancing the telecommunications capabilities essential for federal operations, with an emphasis on high-quality materials and adherence to engineering principles. Interested vendors must submit their statements of interest, including company capabilities and project-specific information, by 4:00 p.m. Central Time on October 11, 2024, to Josh Huckeby at joshua.d.huckeby@faa.gov.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is soliciting offers for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. The project aims to enhance safety features in compliance with relevant codes, including the installation of new fire detection systems and modifications to existing suppression systems, with an estimated construction budget between $500,000 and $1,000,000. This upgrade is crucial for ensuring operational safety at airport facilities and adherence to federal and local standards. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit scheduled for September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a Total Small Business Set-Aside, requires the contractor to provide comprehensive landscaping services, including routine lawn care and maintenance across multiple FAA facilities, with a performance period starting December 1, 2024, and extending through November 30, 2029, covering one base year and four option years. This procurement is crucial for maintaining the operational integrity and aesthetic standards of FAA facilities, with an estimated total contract value between $250,000 and $300,000 over the five-year period. Interested parties should direct inquiries to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.