Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
ID: 697DCK-25-R-00291Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES (Y1BC)

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 offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ZHU) in Houston, Texas. The project involves the removal of existing ceiling grids and fixtures, installation of new ceiling components, and ensuring compliance with FAA specifications, with a budget estimated to be under $100,000. This refurbishment is critical for maintaining operational efficacy within federal infrastructure, and the project is set aside for small businesses under NAICS code 236220. Interested contractors must submit their proposals electronically by May 19, 2025, and are required to attend a mandatory site visit on April 30, 2025, with prior registration and valid photo ID for access. For further inquiries, contractors can contact Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment related to a solicitation/modification of a contract issued by the Federal Aviation Administration (FAA) for a project titled with contract ID 697DCK-25-R-00291. This amendment, designated as Amendment 0002, provides important clarifications regarding contractor responsibilities during ceiling tile and grid installation work. Key points include confirmation that the contractor is responsible for covering existing furniture with tarps rather than moving it, recommendations regarding the existing wire suspension system for installation, and inquiries about wall damage during work. Additionally, the amendment allows for simultaneous demolition processes to streamline operations and mandates precautions to protect on-site equipment. The successful handling of contractor queries highlights the FAA's intent to ensure project efficiency while managing worker safety and asset protection, indicative of best practices in federal procurement processes.
    The document details an amendment to a federal solicitation for a ceiling replacement project managed by the Federal Aviation Administration (FAA). The main purpose of this amendment (number 0003) is to extend the proposal submission deadline to May 19, 2025, at 5:00 pm Eastern Time. Additionally, it addresses various questions raised by potential contractors regarding the project specifics. Key points include the clarification that temporary walls are not needed as all personnel will be relocated during construction, a total replacement of the false ceiling is required, and no permits are necessary. The anticipated project start date is July 14, 2025. The document serves as a formal communication to ensure all interested parties are informed of changes and clarify the project's requirements, maintaining transparency in the procurement process within federal contracting. Overall, this amendment is a crucial step in advancing the project while ensuring compliance with federal contracting regulations and fostering effective contractor engagement.
    This document is an amendment to a solicitation modifying a contract under the Federal Aviation Administration (FAA). Specifically, it addresses Amendment 004, which responds to questions raised by potential contractors regarding project specifications. Key points include confirmation that no ceiling plans are available, a requirement for a qualified supervisor to be present on-site during work hours (though a superintendent is not necessary), and clarification that there is no insulation above the current ceiling structure. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. The document outlines the administration and execution authority for the modification and emphasizes that all other contract terms remain unchanged. This amendment serves as a vital communication tool to maintain clarity and guide contractors in their proposals for compliance with FAA guidelines and project requirements.
    The document details wage determinations for building construction projects in Harris County, Texas, according to the Davis-Bacon Act and applicable Executive Orders. It outlines the minimum wage requirements effective for contracts awarded on or after January 30, 2022, mandating at least $17.75 per hour under Executive Order 14026, and $13.30 per hour under Executive Order 13658 for contracts awarded between January 2015 and January 2022. The document lists prevailing wage rates for various construction classifications, including Asbestos Workers, Electricians, and Plumbers, each with specified hourly rates and fringe benefits. It emphasizes that contractors must pay covered workers these rates and addresses the process for adding unlisted job classifications. Additionally, it discusses appeals related to wage determinations and contractor obligations regarding paid sick leave under Executive Order 13706. The document serves as a resource for contractors involved in federally funded projects, ensuring compliance with labor regulations and wage standards.
    The U.S. Department of Transportation's Federal Aviation Administration is soliciting offers for a ceiling grid refurbishment project at the Houston ARTCC. The project entails providing labor, materials, and supervision in compliance with FAA specifications, with an estimated budget under $100,000. This solicitation is part of a Small Business Competitive Set-aside and requires adherence to the Buy American Act and Davis-Bacon Wage Rates. Electronic proposals must be submitted by May 15, 2025, to the designated FAA representative. A mandatory site visit is scheduled for April 30, 2025, requiring valid photo ID for access. The solicitation packet includes specifications for project execution, application for performance and payment bonds, and detailed guidelines for proposal submission, ensuring clarity on requirements like insurance coverage and compliance obligations. The contractor is responsible for ensuring quality management, adhering to deadlines, and completing final inspections per contractual clauses. This procurement reflects the FAA’s initiative to uphold construction standards while fostering small business participation.
    The document outlines a Statement of Work (SOW) for the refurbishment of ceiling grids and panels in the Communications Monitoring Office (B-08) and the adjacent Storage Room (B-16) at the Houston ARTCC. The refurbishment is necessary due to aging infrastructure and involves several key tasks: removing existing ceiling grids and fixtures, installing new ceiling components including perimeter wall molding, main beams, cross tees, and ceiling panels, and reinstallation of various fixtures and appliances. Specific details include the need to securely notch some ceiling panels to accommodate conduit, adhere to a work schedule of Monday to Friday from 7:00 am to 5:00 pm, and ensure proper disposal of waste materials. The project emphasizes the use of specific Armstrong ceiling tiles unless alternatives are approved, and mandates covering existing equipment during construction. This refurbishment project aligns with government efforts to maintain facility standards and ensure operational efficacy within federal infrastructure.
    Lifecycle
    Similar Opportunities
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting 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 milling and replacing asphalt, extending parking areas, and upgrading lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM). Interested parties must submit proposals by the specified deadline following a mandatory site visit on December 18, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Station Houston Boathouse HVAC Repairs
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Selfridge ANG (Detroit MI) Electrical Installation
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of electrical service at Selfridge Air National Guard Base in Michigan, specifically for a Remote Surveillance System – Maritime (RSS-M) project sponsored by U.S. Customs and Border Protection (CBP). The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to install the electrical infrastructure, including a 100A 240 VAC single-phase fusible safety disconnect switch, grounding, and conduit, while adhering to all relevant regulations. This temporary installation is crucial for enhancing surveillance capabilities and will be removed as requirements change. Interested contractors must submit their quotations electronically by January 7, 2026, and can contact Raymond Lena at raymond.a.lena@faa.gov for further information.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.