**IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
ID: 2401912Type: Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

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, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project aims to enhance operational safety and efficiency within the air traffic control environment, ensuring compliance with federal safety standards and minimal disruption to ongoing activities. The total project budget is estimated between $50,000 and $100,000, with a site visit scheduled for February 7, 2025, and proposals due by March 14, 2025. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details and to ensure compliance with submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the scope of work for replacing carpet tiles in the Potomac Consolidated TRACON operations wing, located in Warrenton, VA. The project involves removing existing carpet tiles, preparing the floor, and installing new Electrostatic Dissipative (ESD) tiles while ensuring minimal disruption to ongoing air traffic control activities. The contractor is required to work after hours between 12 AM and 5 AM, with strict coordination with the FAA's Contracting Officer’s Representative (COR) to maintain operational integrity and safety. The summary includes specific tasks such as disposing of existing tiles, applying conductive adhesives, and installing grounding strips according to FAA standards. It emphasizes the importance of safety during construction, adherence to environmental regulations, and maintaining clean and safe working conditions. The project requires compliance with federal safety laws and includes no asbestos materials. Overall, the document serves as a request for proposals (RFP), ensuring that contractors comprehend the operational constraints and safety requirements necessary for conducting maintenance in a critical air traffic control environment.
    The document is an amendment to a government solicitation for a contract regarding logistics services for the FAA, specifically modifying requirements for the project identified by number 6973GH-25-R-00041. Key changes include the incorporation of recent Presidential Executive Orders into the contract clauses, the elimination of outdated AMS clauses, and the extension of the solicitation closing date from February 20, 2025, to February 28, 2025, at 5:00 PM CT. Additionally, the primary buyer has changed from Joel Scott to Samantha Pearce, while all other contract terms and conditions remain unchanged. The amendment outlines specific contract clauses that have been modified or removed, including requirements related to permits, equal opportunity, and affirmative action. Notably, the emphasis on compliance with new Executive Orders reflects a shift in policy direction. Interested bidders are instructed to submit their proposals and any inquiries in a timely manner, with the intention of awarding a contract based on competitive pricing. The amendments illustrate procedural updates consistent with federal government standards for Requests for Proposals (RFPs) and contract modifications.
    The document is an amendment to a solicitation/modification of a contract, specifically Amendment 0002, which impacts solicitation number 6973GH-25-R-00041. The primary purpose of this amendment is to extend the closing date for submission of offers from February 28, 2025, at 1700 Central Time to March 7, 2025. It is noted that all other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment stipulates that offerors must acknowledge receipt of this amendment to maintain compliance, which can be done through various methods outlined in the document. This amendment is issued by the AAQ-710 Logistics Center at the FAA Aeronautical Center in Oklahoma City, Oklahoma, and administered by the respective contracting office, ensuring adherence to federal standards for RFP modifications. The amendment reflects the standard processes and requirements for federal procurement, emphasizing the importance of timely updates and communication in government contract management.
    The document is an amendment to a solicitation regarding Contract ID 6973GH-25-R-00041 issued by the FAA Aeronautical Center. The primary purpose of Amendment 0003 is to extend the submission deadline for proposals from March 7, 2025, to March 14, 2025, while affirming that all other terms remain unchanged. Key updates include specific instructions for bidders to acknowledge receipt of this amendment and adjustments in clauses pertaining to the submission process. Offerors are required to submit two “Experience Information” forms detailing relevant projects, with an emphasis on ensuring the provided information is accurate and up to date. The FAA intends to award the contract to the lowest responsible offeror based on price competition. The amendment emphasizes effective communication with offerors and outlines procedural requirements to facilitate the proposal submissions while maintaining compliance with federal contracting practices. The document concludes by stating that the FAA will keep an electronic copy of unsuccessful proposals, reinforcing transparency in the procurement process.
    This document outlines a solicitation for a construction project by the FAA Aeronautical Center to replace carpet tiles in an operations room. The project budget falls between $50,000 and $100,000, with a site visit scheduled for February 7, 2025. Offerors must provide a sealed bid, include performance and payment bonds if necessary, and complete the offer section accurately. The work entails supplying all labor, materials, and equipment to remove old carpet tiles and install new electrostatic dissipative tiles. The total project duration is 30 days from the notice to proceed, emphasizing stringent compliance with quality standards. The document also references numerous federal contract clauses, detailing requirements for contractor responsibilities, payment processes, and conditions for performance, including environmental considerations such as hazardous materials handling. This solicitation highlights the FAA's commitment to maintaining operational safety while adhering to federal guidelines for construction contracts.
    The document outlines a request for contractor experience information related to the replacement of old carpet tiles with new Electrostatic Dissipative Tiles in a control room. It specifies the required details from the contractor, including the contractor's name, address, contract number, dollar value, status, project title, location, and a description of their role and responsibilities. Additionally, it requests the contact information for the project owner or manager, ensuring that all relevant stakeholders are identified. This information is essential for evaluating contractor qualifications as part of the federal RFP process, aiming to secure reliable services for government projects while adhering to necessary standards and specifications.
    The Federal Aviation Administration (FAA) has issued guidelines for completing the Bipartisan Infrastructure Law (BIL) Data Report, which consists of five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab serves distinct purposes, requiring detailed information about the prime contractor, non-domestic purchases, energy-saving initiatives, subcontracting awards, and job creation metrics. Contractors must input specific data such as contact details, contract identifiers, and dollar values associated with their projects, with particular attention to socio-economic categories for subcontracting. The report ultimately aims to ensure compliance with the Buy American Act and capture the economic impact of federal contracts by tracking job creation and promotion of environmentally friendly practices. Contractors are instructed to submit their reports electronically and follow up for additional space if needed. The procedures outlined facilitate accountability and transparency in the allocation of federal funds for infrastructure projects, reflecting the government’s commitment to American industry and workforce development.
    The government document appears to be a compilation of various references related to federal and state RFPs (Request for Proposals), including discernible sections about grants and compliance requirements. However, the content is predominantly corrupted or encoded, making it difficult to extract meaningful information. Despite this, the overarching theme relates to the oversight and administration of federal funding opportunities, emphasizing the importance of proper documentation, submission processes, and adherence to regulatory requirements. The intended audience likely includes governmental agencies, contractors, and stakeholders involved in public service projects, with a focus on transparency in the procurement process. Key points would encompass adherence to financial regulations, the necessity for accountability in project expenditures, and guidelines on how to propose responses effectively. The structure seems to suggest a comprehensive overview, potentially broken down into specific categories of federal grants and RFPs, though the corrupted data obscures definite details. In conclusion, the document underscores the complexities of navigating federal and state procurement processes, spotlighting the critical nature of following established protocols to secure funding and fulfill project mandates.
    Similar Opportunities
    *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 removing existing flooring and installing new low VOC epoxy flooring, while ensuring minimal disruption to normal operations and compliance with stringent safety and security protocols. The total estimated cost for this project ranges from $100,000 to $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* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract focused on corrosion control at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is critical for maintaining the integrity and safety of the facility, with a budget estimated between $50,000 and $100,000. Interested contractors must submit their proposals by March 14, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems and HVAC units, while ensuring minimal disruption to FAA operations and adherence to strict safety and environmental standards. The contract, estimated to be valued between $1 million and $5 million, is set aside for small businesses under the SBA guidelines, with proposals due by March 7, 2025, following a mandatory site visit on February 5, 2025. Interested contractors should contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196 for further details.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of existing pavement markings and the application of new striping over an area exceeding 290,000 square feet, with a goal of achieving 85% rubber removal in designated runway areas while ensuring the airfield remains operational throughout the work phases scheduled for spring and fall of 2025. This initiative is critical for maintaining airfield safety and functionality, adhering to FAA standards, and requires contractors to have experience in airfield operations and compliance with stringent security measures. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil, with the project budget estimated between $250,000 and $500,000.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the women's restroom and men's shower area at the ZSU Combined EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    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.
    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 soliciting proposals for the RDU ATCT Parking Lot Improvements project, funded under the Infrastructure Investment and Jobs Act (IIJA). This project involves significant construction services aimed at enhancing the parking lots at the Raleigh-Durham Air Traffic Control Tower in North Carolina, with an estimated budget ranging from $500,000 to $1,000,000 and a performance period of 45 days upon receiving a notice to proceed. The FAA emphasizes the importance of this project for maintaining safe operational environments for air traffic management, and contractors are required to adhere to strict compliance measures, including submission of an "Organizational Experience Questionnaire" and a proposal guarantee. Interested parties must submit their proposals by March 14, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of the cab window washdown system at the Wilmington, NC Air Traffic Control Tower (ATCT). This project involves the removal of outdated components and the installation of a new washdown system, including a chemical surfactant tank and updated piping, with work scheduled to be completed by April 2024. The initiative is part of the airport's commitment to infrastructure improvement, ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, and must adhere to the specified requirements, including performance and payment bonds, as outlined in the solicitation documents.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, including necessary assessments for hazardous materials, roof demolition, and installation of insulation, with a total estimated cost between $300,000 and $400,000. This opportunity is a total small business set-aside, emphasizing the importance of compliance with federal regulations and safety standards throughout the project lifecycle. Interested contractors must submit their bids by March 14, 2025, and can direct inquiries to Bryon Nolan at bryon.r.nolan@faa.gov for further information.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two locations in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and safety regulations. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit their sealed bids by the deadline of March 17, 2025, with an estimated project budget between $1 million and $2 million. For further inquiries, contact Josh Huckeby at joshua.d.huckeby@faa.gov.