ATLANTA (ZTL) NADIN BLDG , LED Lighting System Upgrade - IIJA JCN: 24003995
ID: 6973GH-25-R-00102Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- LIGHTING FIXTURES AND LAMPS (J062)

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 for the LED Lighting System Upgrade at the ZTL NADIN Building in Hampton, Georgia. This project, part of the Infrastructure & Investment Jobs Act, involves the removal and replacement of existing fluorescent fixtures with dimmable LED kits, aimed at enhancing energy efficiency and operational reliability while adhering to federal safety and environmental standards. The estimated project magnitude is between $25,000 and $50,000, and it is a total small business set-aside under NAICS Code 236210, with proposals now due by March 28, 2025, following an amendment to the original solicitation. Interested contractors must have an active registration in SAM and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The ZTL NADIN LED Light Upgrade Project, directed by the Federal Aviation Administration (FAA) in Hampton, GA, involves retrofitting lighting systems to improve energy efficiency and safety. The project requires the contractor to remove existing fluorescent fixtures and install LED replacements, adhering to specific lighting standards and environmental regulations. The scope includes detailed procedures for the first and second floors, ensuring minimal disruption to ongoing FAA operations, which function 24/7. Key tasks encompass removing and disposing of old lighting, rewiring fixtures for new LEDs, implementing emergency power sources, and providing documentation of safety compliance. The contractor is also responsible for coordinating with FAA representatives, ensuring work does not interfere with FAA services, and maintaining a clean and safe worksite, following OSHA safety guidelines. Access to the facility must adhere to security protocols, and the contractor must bear costs for any damages incurred during the project. The contract emphasizes the importance of thorough planning and communication to facilitate efficient project execution and operational safety. This initiative reflects the government's commitment to enhancing facilities while ensuring compliance with safety and environmental standards.
    The document is an amendment to an existing government solicitation, specifically Contract ID: 6973GH-25-R-00102. Its primary purpose is to extend the proposal due date from March 14, 2025, to March 28, 2025. Additionally, it includes a revision of the Statement of Work (SOW), dated March 11, 2025, which is attached to the amendment. The document emphasizes that all other terms and conditions remain unchanged and continue to be in effect. It outlines the required actions for contractors regarding acknowledgment of the amendment, which may impact their submitted offers. Overall, the amendment serves to facilitate the procurement process by adjusting timelines and clarifying contractual obligations while maintaining the integrity of the original solicitation parameters.
    The document outlines a solicitation for the LED Lighting System Upgrade project at the ZTL NADIN Building, Federal Aviation Administration (FAA) in Hampton, GA. It emphasizes the need for contractors to hold an active registration in the System for Award Management (SAM) and stipulates that this is a total small business set-aside under NAICS Code 236210, with a size standard of $39.5 million. The project magnitude is estimated between $25,000 and $50,000, and no performance or payment bonds are required. Key dates include a site visit on February 25, 2025, for interested bidders, and proposals must be submitted by March 14, 2025. The document details procurement requirements, including specifications for submission formatting and deadlines. It specifies contractor responsibilities, such as the management of pre-construction materials and adherence to performance timelines. The FAA retains the right to inspect project compliance with applicable laws and regulations. The solicitation aligns with the federal emphasis on awarding contracts to qualified small businesses, promoting fair competition while ensuring compliance with federal construction and safety standards. This structured approach aims to enhance infrastructure within the FAA's operational framework.
    The Performance Questionnaire is a formal document used to assess contractors as part of a source selection process for federal projects. It requires contractors to provide basic contract details such as name, address, contract number, initiation date, completion date, total contract value, and contract type. An evaluating organization representative completes a section where they assess the contractor based on seven performance criteria: quality of products and services, performance, technical requirements, schedule, cost control, customer satisfaction, and an overall assessment. Evaluators must select a response code indicating their experience ranging from Exceptional (EX) to Unsatisfactory (US) or Not Observed (N/O). The document emphasizes the importance of systematic evaluation to ensure contractors meet required standards in federal contracting, reflecting compliance with guidelines governing federal grants and local RFPs. The structure of the document supports a clear and organized evaluation process designed to maintain accountability and improve contractor performance in government projects.
    The ZTL NADIN LED Light Upgrade Project involves a comprehensive upgrade of lighting systems at the FAA's navigational aid facility in Hampton, Georgia. The contractor will furnish all necessary equipment and perform tasks including the removal and replacement of fluorescent light fixtures with dimmable LED kits. Key specifications include compliance with safety and environmental regulations, such as EPA disposal guidelines for hazardous waste. The project mandates close coordination with the FAA's Contracting Officer’s Representative (COR) to minimize disruption to operations, given that the facility functions 24/7. Additionally, contractors must adhere to stringent safety protocols, including submitting a detailed Health and Safety Plan, and obtain all necessary approvals before commencing work. Overall, this initiative aims to enhance the energy efficiency and operational reliability of the facility's lighting systems while maintaining compliance with federal safety and environmental standards.
    The memorandum from the Mike Monroney Aeronautical Center, dated March 7, 2025, documents the FAA's response to inquiries regarding the RFI 6973GH-25-R-00102 for the ZTL LED Lighting Upgrade project. Key topics addressed include verification of fixture counts, the number of compatible dimmer switches needed, and an updated Statement of Work (SOW) to clarify requirements such as emergency battery backups and 0-10V dimming specifications. It confirms logistical details for contractors, including vehicle access and storage arrangements for project materials. The proposal deadline has been extended to March 28, 2025, to accommodate revisions in the SOW. The document emphasizes the importance of adhering to preparation guidelines and evaluation criteria established in the RFP process, signaling a structured approach to ensuring compliance and effective contractor performance in the lighting upgrade project.
    This document outlines the General Decision Number GA20250313 for construction projects in Georgia, detailing wage determinations under the Davis-Bacon Act. It specifies that building construction projects in certain counties of Georgia must adhere to minimum wage rates stipulated by Executive Orders 14026 and 13658, depending on the contract's award date. Key wage rates for various labor classifications, such as electricians and plumbers, are presented, along with their expected fringe benefits. Additionally, it addresses the process for appealing wage determinations and emphasizes that compliance with these wage standards is mandatory for federal contracts. The document serves as a guideline for contractors and workers involved in public construction, ensuring they are informed about minimum compensation and rights under federal regulations. Overall, it reinforces the federal government's commitment to fair labor practices in public sector construction projects.
    Lifecycle
    Similar Opportunities
    *IIJA* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "IIJA ZTL Abate Rust, Remove Louvers and Infill" at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement on adjacent brick walls, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is crucial for maintaining the integrity and safety of the facility, with a contract value anticipated between $50,000 and $100,000. Interested contractors must submit their proposals by April 4, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details.
    ALSF-2 LED Light Assembly Spec Industry Review Notice
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry input on the draft specifications for the Light Emitting Diode (LED) Steady Burning Light Assembly, which is integral to the High-Intensity Approach Lighting System with Sequenced Flashing Lights (ALSF-2). The FAA aims to refine these specifications to ensure they meet operational and safety standards, focusing on aspects such as ice dissipation, environmental resistance, and performance metrics. This initiative is crucial for modernizing aviation lighting systems, enhancing safety and efficiency in airport operations. Interested parties must submit their comments electronically by April 29, 2024, and can contact Haben Woldemichael at Haben.Woldemichael@faa.gov or Michael Jones at Michael.E.Jones01@faa.gov for further information.
    *IIJA* SOLICITATION: REPLACING THE MECHANICAL ROOM FLOORING POWER SERVICES BUILDING at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for a construction project to replace the mechanical room flooring at the Power Services building within the Seattle Air Route Traffic Control Center (ZSE). This project, funded under the Infrastructure Investment and Jobs Act (IIJA), aims to enhance FAA infrastructure by ensuring the installation of low VOC epoxy flooring while minimizing disruption to normal operations and adhering to stringent safety and security protocols. The total estimated cost for this project is between $100,000 and $135,000, with sealed offers due by March 28, 2025, and a mandatory site visit scheduled for March 12, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further details.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE CAFETERIA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the cafeteria at the ZSU Combined EnRoute and Approach Control (CERAP) facility located in San Juan, Puerto Rico. The project involves relocating existing equipment, removing old fixtures, and installing new cabinetry, sinks, and appliances, while ensuring compliance with safety standards, including the Americans with Disabilities Act (ADA). This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and aims to modernize FAA facilities, emphasizing environmentally friendly construction practices. Interested small businesses must submit their proposals by March 28, 2025, with a contract value estimated between $100,000 and $135,000. For further inquiries, potential bidders can contact Stephen Branch at stephen.n.branch@faa.gov.
    *IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to replace flooring in various areas of the Houston ARTCC, including the boiler room, chiller room, and ESU offices. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a focus on compliance with federal and state regulations regarding hazardous materials. The total budget for this project is estimated between $50,000 and $100,000, with a contract expected to be awarded to the lowest priced, responsible offeror by April 11, 2025. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including a completed Experience Information Form, by the specified deadline to Nina Musser at nina.j.musser@faa.gov.
    DUKE AIRFIELD LIGHTING SERVICE LEVEL AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Duke Airfield Lighting Service Level Agreement, aimed at maintaining and repairing lighting fixtures and lamps at the airfield located in Middleton, Florida. The procurement focuses on electrical contracting services, which are crucial for ensuring the operational readiness and safety of airfield lighting systems. Interested parties can reach out to the primary contact, Victoria G. Thomas, at victoria.thomas.6@us.af.mil, or the secondary contact, Lindsay Hartzog, at lindsay.holdsworth@us.af.mil, for further details regarding the opportunity. The notice is categorized as a Special Notice under NAICS code 238210 and PSC code J062.
    Aircraft Lighting and Monitoring Control System Computers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair and replacement of three Airport Lighting Control and Monitoring System (ALCMS) computers at Altus Air Force Base in Oklahoma. The procurement aims to modernize outdated systems that are non-compliant with FAA and Department of Defense specifications, ensuring operational safety and adherence to cybersecurity standards. This project is critical for maintaining effective airfield operations and compliance with federal regulations, emphasizing the importance of structured execution without disrupting airfield functionality. Interested small businesses must submit their proposals, including technical capabilities and pricing, to the designated contacts Jacob Madriaga and Karlray B. Ambrosio by the specified deadlines.
    Elwood, Il - Fence Replacement and Lighting (JOL) ARSR in Elwood, IL
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the Elwood, Illinois Fence Replacement and Lighting project at the Joliet Air Route Surveillance Radar (JOL ARSR) facility. The project entails the installation of a new chain link security fence, a manual rolling gate, and enhanced lighting, requiring the contractor to demolish the existing fence and ensure compliance with FAA standards throughout the process. This initiative is crucial for upgrading security measures at the facility, which plays a vital role in air traffic management. Interested small businesses must submit their bids by March 28, 2025, following a mandatory site visit on March 20, 2025, and can direct inquiries to Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.
    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 qualified contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Infrastructure Investment and Jobs Act (IIJA). The project involves significant construction work, including the replacement of the slide gate 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 receiving a notice to proceed. This initiative is crucial for maintaining safe operational environments for air traffic management and ensuring compliance with FAA standards. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the exterior stair system at the Salt Lake City Air Route Traffic Control Center. This design-build project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to International Building Codes and safety standards. The project is categorized as a total small business set-aside under NAICS Code 236210, with an estimated contract value between $50,000 and $100,000. Proposals are due by April 4, 2025, and interested contractors must register with SAM and attend a pre-construction site visit on March 11, 2025. For further inquiries, contractors can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.