Stafford Building Major Electrical Upgrade - Construction
ID: 6973GH-26-R-00009Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment, number 0001, issued on November 21, 2025, modifies Solicitation No. 6973GH-26-R-00009 for the TSP-027 Replace Switchgear MCC project. The primary purpose of this amendment is to extend the proposal due date and time from December 2, 2025, at 3:00 PM CT to December 16, 2025, at 3:00 PM CT. This extension allows for the review of questions and Requests for Information (RFIs). All other terms and conditions of the original Solicitation for Information Request (SIR) remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    The document outlines the 'TPS-027 REPLACE SWITCHGEAR MCC' project at the Mike Monroney Aeronautical Center, focusing on electrical system upgrades. It includes detailed electrical abbreviations, legends, and notes, as well as plans for replacing switchgear and motor control centers. The project involves a multi-phase approach, including setting up temporary substations, transitioning feeders, and installing new switchboards and panelboards. Critical aspects include coordinating power outages on weekends and holidays, adhering to strict safety protocols, and ensuring all work is performed by licensed electricians. The document also details specific bid options for replacing various feeder circuits and emphasizes the importance of field verification of conductor and conduit sizes. The work requires coordination with the FAA and other contractors, particularly for medium-voltage tasks.
    The Mike Monroney Aeronautical Center (MMAC) Construction Safety program, detailed in AC 3900.21F Chg 2 Chapter 33, establishes comprehensive safety requirements for all construction, renovation, and related activities on the MMAC campus. This program protects MMAC employees, contractors, visitors, and students, aligning with OSHA regulations (29 CFR 1926) and ANSI standards. It outlines specific roles and responsibilities for various MMAC divisions and personnel, including top management, EOSH staff, and contractors, to ensure compliance. Key program elements cover personal protective equipment (PPE) like head, eye, hearing, and foot protection, fire protection measures, roof work safety, scaffold use, medical services, excavation protocols, hazardous energy control, electrical safety, confined space entry, lightning precautions, and concrete sawing dust control. All contractors and subcontractors must adhere to these provisions to maintain a safe working environment.
    This technical specification outlines requirements for construction waste management and disposal for federal government contracts, aiming to minimize waste and divert at least 55% by weight of non-hazardous solid waste from landfills and incinerators. The document defines various waste types and details performance requirements, including salvaging, recycling, and disposing of nonhazardous and universal demolition and construction waste. Contractors must submit a Waste Management Plan within 15 days of contract award, detailing waste identification, reduction strategies, handling, and transportation procedures. Monthly Waste Reduction Progress Reports are also required. The plan emphasizes diverting materials like concrete, brick, metals, and packaging. The document also provides specific procedures for salvaging items, recycling, and disposing of waste, including detailed instructions for the sampling, testing, and relocation or disposal of surplus soil, ensuring environmental compliance and proper waste segregation.
    The document acts as a placeholder, indicating that the intended content—likely a government file related to RFPs or grants—could not be displayed. It instructs the user to update their PDF viewer, specifically Adobe Reader, for Windows, Mac, or Linux to resolve the issue. The document also provides links for further assistance with Adobe Reader. It clarifies that the listed operating systems and software are registered trademarks of their respective owners. The main purpose of this document is to guide users in troubleshooting display problems for the actual government file.
    The document outlines the specifications for the "FAA MCC Switchgear Replacement - Type B" project at the Mike Monroney Aeronautical Center in Oklahoma City, OK. This project, Contract No. 6973GH-21-D-00046, Work Order # 2025-003967, involves the replacement of switchgear and associated construction. The file details procurement and contracting requirements, general administrative procedures, quality control, regulatory standards (including ADA, OSHA, and NFPA codes), and temporary facilities. Key administrative aspects include electronic document submittal via Newforma ConstructEx, preconstruction and progress meetings, detailed construction schedules, daily reports, and specific procedures for RFIs and submittals for review and information. The project emphasizes adherence to strict quality, safety, and environmental regulations, including VOC content restrictions. The owner intends to occupy the project upon substantial completion, necessitating close coordination and minimal disruption during construction.
    General Decision Number OK20250049 is a wage determination for building construction projects in Oklahoma County, Oklahoma, excluding residential construction of single-family homes and apartments up to four stories. It outlines minimum wage rates and fringe benefits for various trades, including Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Plumbers, HVAC Mechanics, Pipefitters, Roofers, Sprinkler Fitters, and Sheet Metal Workers. The document specifies that contracts subject to the Davis-Bacon Act must adhere to Executive Order 14026 or 13658, which mandate minimum hourly wages of $17.75 (for contracts after January 30, 2022) and $13.30 (for contracts between January 1, 2015, and January 29, 2022) respectively, if higher than the listed rates. It also details compliance for paid sick leave under Executive Order 13706 for federal contractors. The document provides instructions for adding unlisted job classifications and clarifies identifiers for union, union average, survey, and state-adopted wage rates. An appeals process for wage determination matters is also outlined.
    Standard Form 24 (SF 24) is a bid bond form used for federal government solicitations, including construction, supplies, or services, as prescribed by the GSA FAR. It outlines the obligations of the principal (bidder) and surety(ies) to the United States Government, ensuring that the principal will enter into a contract and provide required bonds upon bid acceptance. If the principal fails to do so, the bond guarantees payment to the Government for any excess procurement costs. The form details conditions under which the obligation becomes void and addresses surety liability, including provisions for co-sureties and extensions of bid acceptance time. Instructions clarify proper execution, acceptable surety types (corporate and individual), and liability limits, emphasizing compliance with Treasury Department lists for corporate sureties and the need for Standard Form 28 for individual sureties. This document streamlines the bid guaranty process, ensuring financial protection for the government.
    Standard Form 25 (SF 25) is a Performance Bond used in U.S. Government contracts to ensure that a principal (contractor) fulfills its contractual obligations. The bond binds the principal and surety(ies) to the United States of America for a specified penal sum. The obligation becomes void if the principal performs all contract terms, conditions, and agreements, including any extensions or modifications, and pays all government-imposed taxes related to the contract. Instructions detail requirements for principals and sureties, including proper identification, signatures, corporate seals, and adherence to the Department of the Treasury's list of approved sureties. Co-surety arrangements are permitted, allowing for the allocation of liability, and individual sureties must submit a Standard Form 28 Affidavit. The form, prescribed by GSA-FAR, is authorized for Government contracts and aims to ensure performance and financial responsibility.
    Standard Form 25A is a payment bond used to protect individuals supplying labor and materials for federal government contracts, as required by 40 USC Chapter 31, Subchapter III, Bonds. This form details the obligations of the Principal (contractor) and Surety(ies) to ensure payments to all persons involved in furnishing labor or material for the contract, including any authorized modifications. The bond becomes void if the Principal promptly fulfills these payment obligations. The form includes sections for identifying the Principal and Surety(ies), specifying the penal sum of the bond, and outlining conditions for corporate and individual sureties, including liability limits and the requirement for corporate seals. Instructions clarify signing authority, requirements for corporate sureties to be on the Department of the Treasury's approved list, and the need for Standard Form 28 (Affidavit of Individual Surety) for individual sureties. The document also addresses the Paperwork Reduction Act, estimating a 1-hour burden for completion.
    The document is a Past Performance Experience Information Form used in government RFPs, federal grants, and state/local RFPs. Its purpose is to collect detailed information about a contractor's previous project experience. Key sections include the contractor's name and address, contract/task order/purchase order number, dollar value, and status (active or complete with completion date). The form also requires the project title and location, a comprehensive description of the contractor's role and responsibilities, and contact information for the client's project owner or manager, including name, address, telephone number, and email. A continuation sheet is provided for extended project descriptions.
    The document is a Past Performance Survey for the proposed project TSP-027, "Replace Switchgear MCC," dated May 13, 2025. This survey is designed to evaluate a contractor's past performance on similar projects. It consists of two main parts: one for the offeror (contractor) to complete and another for the customer/client to complete. The offeror's section requires details about a relevant renovation project, including its description, contract type, contractor role, contract number, original and final contract amounts with rationale for any differences, award and performance dates, and information on any deficiency, cure, or show cause notices. The customer/client section assesses various aspects of the contractor's performance, such as overall compliance, timeliness, potential contract terminations, issuance of cure letters, performance of key personnel, and whether the customer would recommend the contractor for future work. It also includes questions about integrity problems and requests for additional comments. The completed survey is to be sent to Neil Amaral, Contracting Officer, at neil.s.amaral@faa.gov, by the due date stated in the SIR/RFO.
    The provided government file outlines operational control documents for construction contractors, focusing on environmental and occupational safety and health (OSH) hazards. It covers five key areas: storm and surface water discharges, solid waste generation, electrical safety, fall prevention, and physical hazards. Each section details the significant aspect/hazard, its source, compliance obligations (e.g., MMAC-EMP-2.4.3, MMAC-OSHMP-3.1), operational controls (e.g., OPDES permit compliance, waste reduction, lockout/tagout procedures, fall protection training, PPE use), maintenance plans (annual review), actions for control failure (advisory notices, after-action meetings), required records, responsibilities of site supervisors and AMP-400 inspectors, and competency requirements. The documents emphasize contractor training, site inspections, and adherence to specific safety and environmental protocols to mitigate risks during construction activities.
    This government solicitation, 6973GH-26-R-00009, issued by AAQ-730 FAC. & AVIATION SAFETY ACQ, is an RFP for the “TSP-027 Replace Switchgear MCC” construction project at the Mike Monroney Aeronautical Center in Oklahoma City, OK. The project, estimated between $1,000,000 and $5,000,000, requires a contractor to provide all labor and materials to upgrade existing electrical main service equipment, Motor Control Centers, and secondary switchboards. The scope includes a base bid with tasks like replacing switchgear and motor starters, plus ten bid options for replacing various feeder branch circuit conductors. Proposals are due by December 2, 2025, at 3:00 P.M. CT. The contractor must begin work within 10 calendar days of receiving the notice to proceed and complete it within 365 days. Key requirements include compliance with environmental, safety, and health regulations, including MMAC EOSHMS, and adherence to specific working hours and utility outage coordination. Electronic commerce and SHA-256 or higher hash algorithms for digital signatures are mandatory.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FAA V-PAR Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.
    Multiple Year Surge Protection Devices Procurement
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the procurement of Surge Protection Devices (SPDs) to replace outdated and improperly installed units within the National Airspace System (NAS). The procurement requires brand-name SPDs from RayCap, with a focus on optimizing installations at hazardous sites, ensuring compliance with FAA specifications, and delivering within a specified timeframe. Interested contractors must submit their proposals electronically by December 5, 2025, including a Contract Documentation/Cost/Price Proposal and a Technical Proposal that demonstrates understanding of the requirements and past performance on similar projects. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    Acquisition of miscellaneous electrical, electronic, and mechanical/industrial products used in support of the NAS equipment maintenance, repair and overhaul activities
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking vendors for the acquisition of miscellaneous electrical, electronic, and mechanical/industrial products to support maintenance, repair, and overhaul activities for the National Airspace System (NAS). This procurement is crucial for ensuring the operational integrity of NAS equipment and includes products necessary for the Environmental, Occupational, Safety and Health (EOSH) program. The solicitation is an extension of a previous notice and is set to close on December 6, 2025. Interested parties should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov, and note that the contract will include specific requirements regarding packaging, inspection, and compliance with various federal regulations.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    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.
    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.
    SAV TOWB Parking Lot Refurbishment
    Buyer not available
    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.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.