SAV TOWB Parking Lot Refurbishment
ID: 6973GH-26-C-00010Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TRAINING FACILITIES (Z2BB)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot at the Savannah Hilton Head International Airport in Savannah, Georgia. The project involves extensive repairs, including pressure washing, sealing asphalt surfaces, repairing cracks, restriping, and replacing existing infrastructure such as speed bumps and a lift. This refurbishment is critical for maintaining operational safety and accessibility at a mission-critical air traffic control facility. Interested contractors must submit their proposals by December 5, 2025, and are required to acknowledge all amendments, provide a proposal guarantee, and demonstrate relevant experience through an Organizational Experience Questionnaire. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is seeking proposals for the SAV ATCT – Parking Lot Refurbishment Project in Savannah, Georgia. This project involves comprehensive refurbishment of the existing parking lot and site, which has deteriorated due to weathering and traffic. The scope of work includes pressure washing concrete, cleaning and preparing asphalt surfaces for seal coating, repairing cracks, applying a two-coat seal coat system, and restriping the parking lot. Additionally, the project requires replacing two rubber speed bumps, preparing and painting existing bollards, replacing dumpster swing gates, and installing a new, larger lift with necessary concrete modifications. Contractors must adhere to FAA and OSHA safety regulations, provide a detailed project schedule and phasing plan to minimize operational impact on the mission-critical facility, and ensure accessibility is maintained throughout the work. All materials and workmanship must be warranted for one year. The FAA will provide site access, oversight, and document review, while the contractor is responsible for all shipping, receiving, and storage of materials.
    The Federal Aviation Administration (FAA) is soliciting bids for the SAV ATCT – Parking Lot Refurbishment Project in Savannah, GA, scheduled for June 2025. This project aims to restore the deteriorated parking lot and site at the mission-critical air traffic control facility. The scope of work includes pressure washing concrete, cleaning and preparing asphalt surfaces for seal coating, repairing cracks, applying a two-coat seal coat system, and restriping parking lot lines and markings, including new "No Parking" zones. Additionally, the project requires replacing existing rubber speed bumps, preparing and painting bollards, replacing dumpster swing gates, and installing a new, larger lift. All work must adhere to FAA Operational Risk Management, OSHA safety regulations, and electrical safety procedures. Contractors must provide a detailed project schedule and work phasing plan to minimize disruption to the facility, which must remain fully operational throughout the project. The FAA will provide escort services and oversight, while contractors are responsible for safety, material protection, and a one-year warranty on materials and workmanship.
    The Federal Aviation Administration (FAA) is seeking contractors for a parking lot refurbishment project at the SAV Air Traffic Control Tower (ATCT) in Savannah, Georgia. The project addresses the deteriorated parking lot and site, requiring extensive repairs and upgrades to ensure safety and operational standards. The scope of work includes pressure washing concrete, cleaning and sealing asphalt surfaces, repairing cracks, applying a two-coat seal coat system, and restriping parking areas. Additionally, the project involves replacing speed bumps, painting bollards, installing new dumpster swing gates, and replacing an existing lift with a larger unit. All work must adhere to strict FAA and OSHA safety regulations, with particular attention to minimizing disruption to the mission-critical air traffic control facility. Contractors must submit a detailed project schedule and work phasing plan for approval, and no work is permitted during FAA maintenance moratoriums. The FAA will provide site access and oversight, while contractors are responsible for all materials, equipment, and maintaining a safe work environment. A one-year warranty on materials and workmanship is required.
    Amendment 0001 to Solicitation No. 6973GH-26-R-00010 extends the offer closing date from October 31, 2025, to November 12, 2025, at 3:00 P.M. Central Time. All other terms and conditions of the original solicitation remain unchanged. The amendment also revises Section L, "Instructions, Conditions, and Notices to Bidders." Key revisions include instructions for acknowledging amendments, details regarding inquiries and communication with offerors, requirements for submitting proposals (including Organizational Experience Questionnaires for projects over $50,000 completed within the last three years), and the necessity of an active SAM registration. Offerors must also submit a Proposal Guarantee covering 20% of the price and Performance and Payment Bonds for 100% of the awarded contract price within 15 days of award. Proposals will be evaluated based on the Lowest Price to a responsible Offeror, with the possibility of requiring cost or pricing data if adequate competition is not determined to exist. This document constitutes a formal Request for Offer for which an award may be made without further discussions.
    This document is Amendment 0002 to Solicitation No. 6973GH-26-R-00010, issued by the FAA Aeronautical Center. Its primary purpose is to incorporate a revised Statement of Work (SOW) for the SAV TOWB Refurbish Parking Lot project, dated November 7, 2025, and to extend the offer closing date from November 12, 2025, to November 21, 2025, at 3:00 P.M. Central Time. All other terms and conditions of the original solicitation remain unchanged. The amendment also revises Section J, the List of Documents, Exhibits, and Other Attachments, to include the updated SOW and provides detailed instructions in Section L for proposal submission. Key instructions include requirements for organizational experience questionnaires, active SAM registration, proposal guarantees (20%), and performance and payment bonds (100%). Proposals must be submitted via email, clearly marked with the solicitation number and closing information.
    Amendment 0003 to Solicitation 6973GH-26-R-00010, effective November 12, 2025, incorporates the Statement of Work (SOW) for the SAV TOWB Refurbish Parking Lot. This amendment revises Section J, the List of Documents, Exhibits, and Other Attachments, specifically updating the Attachment List. The updated list includes various bonds and multiple versions of the SOW for the parking lot refurbishment, with the latest dated November 12, 2025. All other terms and conditions of the original solicitation remain unchanged. This modification, issued by the FAA Aeronautical Center, requires contractors to acknowledge receipt of the amendment to ensure their offers are considered valid.
    Amendment 0004 extends the closing date for Solicitation No. 6973GH-26-R-00010 from November 21, 2025, to December 05, 2025, with all other terms remaining unchanged. This document outlines critical instructions for offerors, including the requirement to acknowledge amendments, submit inquiries in writing, and prepare proposals in accordance with specified guidelines. Proposals must include two Organizational Experience Questionnaire (OEQ) forms detailing projects worth over $50,000 completed within the last three years, active SAM registration, and a proposal guarantee of 20% of the price. The FAA intends to award a single contract to the lowest-priced, responsible offeror, and may conduct communications with offerors as needed. Submissions are due by 3:00 P.M. Central Time on December 05, 2025, via email, clearly marked with the solicitation number and closing date.
    The Bid Bond form (OMB Control No. 2120-0595) is a crucial government document used in federal contracting processes, particularly for RFPs and grants. It outlines the obligations of a principal (bidder) and surety(ies) to the United States Government. The bond ensures that if the principal's bid is accepted, they will execute the required contractual documents and provide necessary bonds within specified timeframes (60 days for acceptance, 10 days for document execution, if not otherwise stated). Failure to do so obligates the principal to compensate the government for any increased costs incurred in procuring the work that exceed the original bid amount. The document details the penal sum, bid identification, and conditions under which the obligation becomes void. It also includes provisions for extensions of bid acceptance time, waiving notice to sureties for extensions up to 60 additional days. Signatures and seals of the principal and sureties are required to formalize the bond.
    The “Organizational Experience Questionnaire (OEQ)” (SIR ATTACHMENT J.3) is a document for contractors to detail their experience. It is part of the SAV TOWB Parking Lot Replacement (6973GH-26-R-00010) and is likely a component of a Source Selection Sensitive Request for Proposal (RFP). The questionnaire requires information such as contractor name and address, contract/task order/purchase order number, dollar value, status (active or complete), completion date, project title and location, a description of the contractor's role and responsibilities, and contact information for the project owner or manager.
    This document, OMB Control No. 2120-0595, outlines the requirements for a federal payment bond, used to protect individuals supplying labor and materials for government contracts under the Act of August 24, 1935 (40 USC 270a-270e). It details the roles and obligations of the Principal (contractor) and Surety(ies), specifying how they are bound to the United States for the penal sum. The bond is void if the Principal promptly pays all persons with a direct relationship for furnishing labor or materials in the contract. Instructions cover proper execution of the form, including requirements for corporate and individual sureties, signatory authority, and the affixing of seals. It also addresses the Paperwork Reduction Act, estimating a 25-minute public reporting burden for this information collection, and provides contact information for comments on the burden estimate.
    The provided document is a federal Performance Bond form (Standard Form 25) used in connection with government contracts, authorized by the General Services Administration. It outlines the legal agreement between a Principal (contractor), Surety(ies), and the United States Government, ensuring the Principal fulfills all contract undertakings, covenants, terms, conditions, and agreements, including any extensions or modifications. The bond also covers the payment of federal taxes withheld from wages if the contract is subject to the Miller Act. The document details instructions for completing the form, including requirements for legal names, business addresses, organizational types, and the proper execution by authorized individuals or corporate sureties. It specifies that corporate sureties must be on the Department of the Treasury's approved list and that individual sureties require a completed Affidavit of Individual Surety (Standard Form 28). The form also includes sections for recording the penal sum of the bond, contract details, and the signatures of the Principal and Surety(ies), along with their typed names and titles. The document highlights public burden statements and contact information for comments regarding the collection of information.
    The document, identified as 6973GH-26-R-00010 for the SAV TOWB Parking Lot Replacement, provides answers to questions raised during the Request for Information (RFI) period. Key inquiries addressed include the dimensions of dumpster gates (question unanswered in provided text), whether complete demolition of the concrete pad for a lift replacement is required (contractor must coordinate with manufacturer’s instructions), and if the existing power supply conduit can be reused for the replacement lift (existing conduit may be utilized). This RFI is dated 10/14/2025 and 10/15/2025, clarifying essential aspects of the project's scope of work related to parking lot and lift replacements.
    The document addresses questions and answers for RFP 6973GH-24-R-00212, concerning the SAV TOWB Parking Lot Replacement project. Key inquiries cover the dimensions of the dumpster gate and lift pit, the need for concrete modifications for the new lift, and the reusability of existing power supply conduits. The FAA clarified that the project is tax-exempt and that the Superintendent, SSHO, and QC Manager do not need to be separate individuals. Phasing requirements include three phases with at least two supporting employee parking. The FAA will not provide the site visit sign-in sheet or site drawings, recommending site visits for assessing asphalt "bad spots," existing cracks, and general property conditions. The contractor is responsible for disposing of the old material handling lift. The document emphasizes adherence to the Statement of Work (SOW) and industry standards for repairs.
    The document contains a series of questions and answers related to the SAV TOWB Parking Lot Replacement project (6973GH-24-R-00212), likely a government RFP. Key points address the scope of work (SOW) including the demolition and replacement of an existing lift, concrete modifications, and the utilization of existing power supply. Clarifications were provided regarding the disposal of the old lift (contractor responsibility), tax exemption status (FAA is exempt), and the necessity of a site visit for assessing asphalt "bad spots" and cracks due to their varied nature. Phasing requirements indicate three desired phases. The document also touches upon the replacement of bollards, their depth, and the need for new lift installations to be flush with existing surfaces. The lack of detailed drawings necessitates site visits for accurate estimations, emphasizing that interested parties should assess the property in person.
    The Federal Aviation Administration (FAA) is soliciting offers for the AC-25-05310, SAV TOWB Refurbish Parking Lot project at Savannah Hilton Head International Airport, with an estimated cost between $250,000 and $500,000. This Negotiated Bid (RFP) requires the contractor to furnish all labor, tools, materials, equipment, transportation, and supplies to refurbish the parking lot as per Attachment J.1 (SOW). A site visit is scheduled for October 14, 2025, and attendance is strongly encouraged. The contractor must begin work within 5 calendar days of receiving the notice to proceed and complete it within 60 calendar days. Key requirements include performance and payment bonds, adherence to various clauses covering inspection, performance, contract administration, special contract requirements like permits, FAA compliance with Presidential Directives, electronic commerce, asbestos notification, and handling of strikes. The document also details payment procedures, SAM registration, and requirements for employment reports on veterans.
    The General Decision Number GA20250286 outlines prevailing wage rates for heavy construction projects in Chatham County, Georgia, effective August 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, emphasizing that the higher of the Executive Order rate or the listed wage determination applies. The document lists specific wage rates and fringe benefits for various construction trades, including carpenters, cement masons, electricians, laborers, and equipment operators. It also addresses Executive Order 13706, which mandates paid sick leave for federal contractors. The file provides guidance on how to interpret rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters, including initial decisions, reconsideration by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with four additional option years, emphasizing the need for comprehensive cleaning and maintenance as outlined in the Statement of Work and Frequency Charts. This procurement is crucial for maintaining operational standards and ensuring a clean environment for FAA personnel, with a focus on compliance with safety and environmental regulations. Interested small business concerns must submit their proposals, including completed forms and pricing schedules, by the specified deadlines, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Aviation Research BAA 2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking proposals for the South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC) to provide highway, street, and bridge construction services. This procurement aims to award up to four Indefinite Delivery, Indefinite Quantity (IDIQ) contracts exclusively to small business concerns, with a combined maximum value of $60 million, and individual task orders ranging from $50,000 to $3 million. The work will encompass various construction services, including design and design-build options, primarily within North Carolina, South Carolina, Georgia, and Florida, with a seed project focused on pavement preservation and bridge rehabilitation in Bibb County, Georgia, and several counties in Alabama. Interested parties must ensure they are registered in the System for Award Management (SAM) and submit proposals electronically by the specified deadlines, with RFP documents expected to be issued around November 17, 2025. For further inquiries, contact C. Shawn Long or David Bogner at EFLHD.Contracts@dot.gov.
    Z1LZ--Parking Lot Paving Repair Services Jackson, MS VAMC
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking potential sources for parking lot paving repair services at the G.V. Sonny Montgomery VA Medical Center in Jackson, MS. The project involves asphalt resurfacing, curb modifications, sinkhole repairs, cold milling, base repairs, traffic striping, signage installation, and bollard placement, with an emphasis on minimizing disruption to the active medical facility. Interested contractors must submit their business information, capability statements, and feedback on the Draft Pricing Schedule by December 8, 2025, at 10:00 AM Central Time to Contract Specialist Andrew T. Misfeldt at andrew.misfeldt@va.gov. This Sources Sought Notice is for information gathering purposes only and does not constitute a binding contract.