Repair Damaged Plumbing System at the Colorado Springs, CO ATCT
ID: 697DCK-24-R-00054Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
  1. 1
    Posted Oct 18, 2023 9:20 PM
  2. 2
    Updated Nov 16, 2023 8:02 PM
  3. 3
    Due Nov 17, 2023 7:00 PM
Description

Solicitation from the Department of Transportation, Federal Aviation Administration, is seeking to repair the damaged plumbing system at the Colorado Springs, CO Air Traffic Control Tower (ATCT). This project is exclusively set-aside for small businesses. The repair is necessary due to water leaks. Interested parties must submit questions in writing by November 6th. All contractors must be registered in the System for Award Management (SAM) to be eligible for award. Thoroughly review Sections L and M for proposal submission requirements.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Similar Opportunities
Amendment 0005 Additional Clarification on Design/Build Underground Utilities Replacement & Parking Lot Refurbishment Project - Denver Air Route Traffic Control Center (ARTCC) - Longmont, CO - BIL Funded Project
Active
Transportation, Department Of
Solicitation: Transportation, Department of is seeking qualified contractors for a Design-Build Underground Utilities Replacement and Parking Lot Refurbishment project in Longmont, Colorado. This project falls under the NAICS code 237110 - Water and Sewer Line and Related Structures Construction. The estimated size of the project is between $5,000,000 and $10,000,000. The work includes underground utility investigation, engineering design, and construction for the replacement of various site utilities such as gas, storm, sanitary, domestic water, manholes, fire water loop, and hydrants. Additionally, limited facility parking areas and sidewalks will be refurbished. Interested contractors should RSVP for a site visit and submit offers by the specified deadlines.
Refurbish Cooling Towers at Miami Air Route Traffic Control Center
Active
Transportation, Department Of
Solicitation Notice: Transportation, Department of is seeking to refurbish cooling towers at Miami Air Route Traffic Control Center in Miami, Florida. This construction project is set aside for small businesses and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The estimated price range for this requirement is $500,000 to $1,000,000. Payment and Performance bonds are required. A site visit has been scheduled for Thursday, July 18, 2024, at 9:00 am. Interested contractors must submit a list of attendance at least 24 hours in advance. All proposals must be submitted by 5:00 pm on Monday, August 12, 2024.
Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
Active
Transportation, Department Of
Solicitation Notice: Transportation, Department of is seeking qualified contractors for a door replacement project at FAA's Denver Air Route Traffic Control Center (ARTCC) in Longmont, CO. This project falls under the NAICS code 236220 - Commercial and Institutional Building Construction. The estimated size of the project is between $750,000 and $1,000,000. The work includes replacing 75 interior doors, updating the mast keying system, providing and installing hardware and software for doors, and reinstalling site-specific hardware. Important dates include a site visit on July 29, 2024, and offers due by August 29, 2024. For more details, contact Cindi Tjelde at cindi.tjelde@faa.gov or 2062313026.
Santa Maria Air Tanker Base Water Manifold Replacement
Active
Agriculture, Department Of
The Santa Maria Air Tanker Base in Los Padres National Forest, California, requires critical upgrades to its aviation firefighting infrastructure, specifically the water manifold system. The project scope includes replacing underground pipes, installing new valves and fittings, and enhancing the fire retardant plumbing system to meet current standards. This work is technically demanding, requiring licensed and bonded contractors with specialized plumbing and construction expertise. The project has a stringent schedule, targeting a 7-day completion period, and involves collaboration with the FAA, owing to the sensitive nature of the air tanker base operations. Contractors must adhere to strict safety, security, and quality protocols, ensuring minimal disruption to the base's operations. The USDA Forest Service seeks a small business contractor for this total set-aside project, emphasizing the importance of on-time performance and competitive pricing. Interested parties must submit a technical offer and price quote, detailing their capabilities, equipment, and proposed project timeline. The evaluation criteria prioritize past performance and price competitiveness. All applicants must register on SAM.gov and ensure their submissions adhere to the strict guidelines outlined in the RFP. Key dates include a July 22nd deadline for clarifying questions and a sealed bid submission deadline of July 29th, with a revised offer due date of August 5th, 2024. For further clarification and questions, contact Robert Archer at Robert.Archer@usda.gov. Additionally, the opportunity includes two other files focusing on different aspects. One pertains to accessing the secure Air Attack Base jobsite at Santa Maria Airport, providing detailed directions and emphasizing the security requirements for vendors. The other aims to enhance the agency's cybersecurity posture by acquiring advanced threat detection and response solutions, requiring vendors to submit detailed technical documentation and performance testing results.
WESTERN MATOC ONLY - Repair_Expand B216 Peterson Space Force Base
Active
Dept Of Defense
The U.S. Army Corps of Engineers (USACE) has issued a Combined Synopsis/Solicitation for a project centered around Building 216 at Peterson Space Force Base in Colorado Springs, Colorado. The primary objective is to repair and expand the general purpose aircraft maintenance shop, involving interior modifications, sitework, and infrastructure upgrades. This procurement specifically targets a select group of Western MATOC contractors, including California Constructors, CJW Joint Venture, Gideon Contracting, Souza Construction, Heffler Contracting Group, and Peter Vander Werff Construction. These pre-qualified contractors are invited to submit price proposals for the design and construction services required. The scope of work entails designing and constructing an expansion to the existing facility, with USACE seeking a single contractor to oversee both aspects. The project has a firm fixed price and a projected timeline of approximately 540 days from the receipt of the Administrative Notice to Proceed. Key requirements include adhering to specific design guidelines, addressing differing site conditions, and complying with utility availability. Contractors must conform to various federal regulations, and a site visit is organized for potential awardees. The lowest evaluated price serves as the basis for contract award, with a price breakout schedule and labor category table demonstrating the use of binding rates mandated in the request for proposal (RFP). To be considered, applicants must be registered in the SAM database and comply with the requirements outlined in FAR 52.204-7. Additionally, contractors must attend the mandatory site visit and submit their proposals by the deadline, which is August 2nd, 2024. For further clarification or questions, interested parties can contact Laura Phillips-Payne at laura.phillips-payne@usace.army.mil.