Amendment 0003: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
ID: 697DCK-24-R-00450Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION690ED9 NORTHWEST/MOUNTAIN REGRENTON, WA, 98055, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking qualified contractors for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and associated equipment, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal regulations and safety standards in a critical operational environment. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation issued by the Federal Aviation Administration (FAA), designed to modify the contract and extend the deadline for receiving offers from contractors. Specifically, Amendment 0001 shifts the submission deadline by two weeks to September 12, 2024, allowing the FAA additional time to finalize responses to questions raised by contractors. The FAA emphasizes that offers must be received by 5:00 PM Mountain Time on the new deadline and outlines methods for contractors to acknowledge receipt of the amendment. This change is critical to ensure that all potential bidders have adequate time to prepare their submissions in light of the FAA's ongoing clarifications. The amendment aims to facilitate a fair and transparent bidding process while maintaining the integrity of the procurement process as outlined in previous solicitations and contracts.
    The document is an amendment to a solicitation issued by the Federal Aviation Administration (FAA) to extend the deadline for submission of offers. Amendment 0002 aims to provide additional time for the FAA to finalize responses to submitted questions and make necessary changes to the scope of the project. The new deadline for offers is set to 5:00 PM Mountain Time on Thursday, October 10, 2024. Consequently, all previous terms and conditions remain unchanged and in full effect unless specified otherwise. The amendment emphasizes the importance of acknowledging receipt of this amendment before the specified deadline, and offers the contractor options for acknowledgment, ensuring compliance with procedural requirements. This document is essential in the context of government requests for proposals (RFPs), highlighting administrative adjustments necessary for clarity and transparency in the contracting process.
    The RFO 697DCK-24-R-00450 addresses the ZDV Door Replacement Project, detailing amendments and clarifications related to contractor responsibilities and project scope. Key aspects include that the project is not tax-exempt, the requirement for complete door hardware replacement, and specifications for reusing existing frames only if they're in good condition. Amendments also clarify the need for site verification of door components and adjustments made to the specifications and drawings based on contractor inquiries. New timelines have been established, with references to the inclusion of Atbestos Containing Materials (ACM) in disposal procedures. Additionally, it specifies the need for security measures during construction, confirming that doors must be replaced within a single shift to maintain operations without risking security or compliance. The document indicates planned site visits for contractors to assess revised drawings. Overall, these amendments and clarifications are integral for contractors to accurately price proposals and meet requirements for the successful execution of the project.
    The document outlines a series of technical drawings and specifications for a building project, focusing on various wings, primarily the Automation, Control, and Administration Wings. Each section includes detailed plans for basement and floor layouts, door schedules, and hardware sets, specifying types, materials, dimensions, and fire ratings for doors. Key elements include the need for signage related to restricted areas and safety measures, as well as specific instructions for door installation, including the reuse of existing hardware and compliance with fire safety standards. The door schedules highlight security features, including PIV card readers and electric strikes, while instructions for handling hazardous materials are detailed for safety during construction. This document serves as a critical component in the context of federal RFPs by ensuring compliance with regulatory standards and enhancing facility safety and security as part of a broader modernization initiative. Overall, the document aims to guide contractors and engineers in executing the project while adhering to strict specifications and regulations.
    This government document provides architectural drawings and a detailed door schedule for the Automation, Control, and Administration Wings of a facility, focusing on renovation and door replacement. Each drawing number corresponds to specific plans, such as floor layouts and door schedules. The document outlines comprehensive requirements for the renovation project, including door specifications like fire ratings, materials (hollow metal), security features, and accessibility compliance. It emphasizes the reuse of existing door frames wherever feasible, coordination with security systems, and the careful handling of hazardous materials, specifically noting doors that may contain asbestos. Moreover, it mandates the installation of signage, the coordination of various contractors, and compliance with industry standards. The intent of this document is to streamline the repair and modification process while adhering to safety and regulatory requirements, reflecting a commitment to improving facility standards in line with federal guidelines for RFPs and grants.
    The document outlines the project specifications for the Facility Door Replacement at the Longmont, Colorado ARTCC, scheduled for May 2024. The project involves replacing a total of 75 door assemblies, including 21 double-door leaves and 53 single-door leaves, while retrofitting them to existing frames. Key details include the replacement of 340 key cores, installation of a new key management system, and ensuring the operation of site-specific hardware. Strict work restrictions apply due to the facility's critical operations, necessitating coordination with the FAA. Construction activities are limited to standard hours, avoiding noise and disruption. The contractor must maintain site security and adhere to safety protocols, including submitting an Accident Prevention Plan and Activity Hazard Analysis. Procedures for project closeout and maintenance manuals are specified to provide comprehensive operational data post-installation. The document serves as a detailed guide to ensure project compliance, safety, and effective coordination amidst sensitive operational environments, reflecting the government’s commitment to facility maintenance and safety assurance.
    The document outlines the specifications for the Facility Door Replacement project at the Longmont, CO Air Route Traffic Control Center (ARTCC), scheduled for completion in September 2024. It details requirements and procedures for replacing 74 door assemblies, including 20 double-door leaves and 54 single-door leaves, along with associated hardware. The project emphasizes compliance with safety regulations, coordination with existing building operations, and management of Asbestos Containing Material (ACM). Contractors are required to follow strict access and work restrictions due to the sensitive nature of the facility, ensuring minimal disruption to operations and maintaining security protocols. Various sections cover submittal procedures, safety requirements, and closeout procedures, highlighting the importance of submitting documentation for approvals in a timely manner. Key responsibilities include providing new key cores, ensuring compatibility with existing security systems, and maintaining clear communication with FAA representatives throughout the project. The comprehensive guidelines reflect the government's commitment to efficient project management, safety, and regulatory adherence, vital in a security-focused environment like the FAA's ARTCC.
    The document outlines a General Wage Decision for building construction projects in Boulder County, Colorado, effective July 5, 2024. It specifies wage rates for various labor classifications based on the Davis-Bacon Act and relevant Executive Orders, namely EO 14026 and EO 13658. Contracts awarded on or after January 30, 2022, must comply with a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require at least $12.90. The wage determination includes detailed classifications and rates for construction roles, such as electricians, plumbers, carpenters, and operators, alongside fringe benefits. It highlights the importance of contractor compliance with the specified wage standards and worker protections, including provisions for paid sick leave and the appeal process for wage determination disputes. Overall, this document serves as a regulatory guide for federal contracts, ensuring fair labor practices and adherence to minimum wage standards within the construction industry in the specified region.
    The Federal Aviation Administration (FAA) is soliciting past performance evaluations as part of the contractor selection process for a door replacement project at their Air Route Traffic Control Center in Longmont, Colorado. The survey targets contractors and their key personnel listed as references, focusing on various performance criteria, such as cost management, adherence to schedules, compliance with regulations, and overall customer satisfaction. Evaluators are asked to rate past performance on a scale from "Strongly Disagree" to "Strongly Agree," or indicate if they have no knowledge of an element. Additional information requested includes the rater's contact details and specifics about the contractor's project, contract type, and values. The insights gained from this survey will assist in assessing contractor qualifications and ensuring that the selected contractor has a track record of successful project execution while complying with safety and regulatory standards. This information is essential in the context of government Requests for Proposals (RFPs), aiming to establish a reliable and efficient contracting process.
    The document outlines the requirements for contractors and subcontractors within the framework of a prime contract governed by federal regulations, specifically under the jurisdiction of the Federal Aviation Administration (FAA). It includes a Paperwork Reduction Act statement, ensuring compliance and accuracy in the reporting process associated with the OMB Control Number 2120-0595. Key components include the identification details of the prime contract, subcontracting parties, and whether the contract includes the "Contract Work Hours and Safety Standards Act Overtime Compensation." Additionally, it specifies the clauses that must be acknowledged by the subcontractor, which include labor standards and compliance regulations such as the Davis-Bacon Act and Copeland Act. The structure of the document is divided into two main parts: the Statement of Prime Contractor and the Acknowledgment of Subcontractor, each requiring signatures and relevant parties' information. This form is crucial for maintaining federal compliance in government contracts, particularly regarding labor standards and the management of subcontracting processes in public-sector projects. Overall, it emphasizes accountability and adherence to established labor laws during contract execution.
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) has issued a Request for Offers (RFO) for the Denver ARTCC Door Replacement Project, located in Longmont, CO, with the solicitation number 697DCK-24-R-00450. The project seeks competitive proposals for a firm, fixed price contract, with an estimated value between $750,000 and $1 million, specifically set aside for small businesses under the NAICS code 236220. Offers are due by August 29, 2024, with mandatory insurance and performance/payment bond requirements in place. A site visit is encouraged on July 31, 2024, to ensure prospective contractors fully understand project conditions. Questions must be submitted in writing by August 15, 2024, to the designated contracting officer, emphasizing the need for clarity in responses. The scope of work involves replacing doors at the Denver Air Traffic Control Center and complies with federal guidelines, including the Buy American Act. Successful bidders must adhere to established wage determinations and ensure projects are compliant with safety and regulatory standards. The estimated timeline for project completion is around 365 days after notice to proceed, reflecting a commitment to thorough oversight and quality workmanship.
    Similar Opportunities
    Manufacture of Aircraft Door for the B-52 Aircraft
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified small businesses to manufacture aircraft doors for the B-52 aircraft, specifically focusing on the tip gear system. The procurement includes multiple line items, such as the production of access doors made from composite and aluminum materials, as well as first article test reports and certifications, with a total quantity of 28 doors required by February 28, 2025. This contract is crucial for maintaining the operational readiness of the B-52 fleet, which plays a significant role in national defense. Interested parties should contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals 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 existing safety systems to comply with federal safety standards, including the installation of a new fire alarm system, upgrades to fire suppression systems, and installation of fire-rated doors. This initiative is crucial for maintaining operational integrity and safety at the airport, with an estimated construction budget between $500,000 and $1,000,000. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, and can direct inquiries to Mark Salum at mark.salum@faa.gov or by phone at 206-231-3016.
    MYR 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, gutters, curbs, and sidewalks at the Myrtle Beach International Airport's Air Traffic Control Tower (MYR ATCT) in South Carolina. The project, funded by the Bipartisan Infrastructure Law, requires contractors to provide all necessary labor, materials, and equipment while ensuring compliance with FAA regulations and local building codes. This renovation is crucial for enhancing airport facilities and operational efficiency, with an estimated contract value between $500,000 and $1 million. Interested contractors must submit sealed bids by November 8, 2024, and are encouraged to direct any inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739. A site visit is scheduled for October 23, 2024, to facilitate contractor understanding of the project scope.
    **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.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, ME
    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 significant upgrades to the HVAC systems, including the replacement of chillers, boilers, and the Building Automation System, as well as enhancements to fire and life safety systems, all while ensuring minimal disruption to airport operations. The selected contractor will be responsible for adhering to federal regulations and maintaining operational continuity during construction, with an estimated project cost between $2 million and $4 million. Interested parties must submit proposals by November 29, 2024, and can direct inquiries to Ms. Joni Haynes or Erin Crabtree via email.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. The contract will span a base year with four optional renewal years, commencing on December 1, 2024, and concluding on September 30, 2029, with proposals due by November 1, 2024, at 5:00 PM CST. Interested contractors should direct inquiries to Randie Thornton at randie.n.thornton@faa.gov and are encouraged to attend optional site visits scheduled for late August 2024.
    DFW District Janitorial Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide janitorial services across multiple locations within the Dallas-Fort Worth District. The procurement is structured as an 8(a) set-aside and encompasses a contract period from January 1, 2025, to December 31, 2029, with specific cleaning requirements outlined in the Statement of Work and frequency charts for various facilities. This contract is critical for maintaining operational cleanliness and safety standards at FAA facilities, which include air traffic control towers and regional terminals. Interested offerors must submit their proposals electronically by the specified deadline and acknowledge all amendments to the solicitation, with further inquiries directed to Marshavia Clark at marshavia.clark@faa.gov.
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of critical power systems across various National Airspace System (NAS) facilities throughout the United States. The procurement involves project management, design services, and installation work for power systems and ancillary equipment, with a focus on ensuring reliable power distribution to support FAA operations. This initiative is vital for maintaining the operational integrity and safety of air traffic control and other FAA functions, reflecting the importance of robust electrical infrastructure in aviation. Interested contractors must submit their Phase 1 proposals by October 30, 2024, at 6:00 PM CST, and are encouraged to direct inquiries to Stefanie Wiles or Amanda J. Garen via their provided email addresses. The anticipated contract will be structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $1.3 billion.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and management to complete the work in accordance with the attached Statement of Work and federal regulations. This opportunity is set aside exclusively for small businesses, with a budget range between $25,000 and $50,000, emphasizing the importance of enhancing infrastructure for air traffic safety. Proposals are due by email by October 21, 2024, at 2 PM CST, and interested parties should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further information and to RSVP for a site visit scheduled for October 8, 2024.