SAV TOWB Parking Lot Replacement
ID: 6973GH-24-R-00212Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

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 contractors for the refurbishment or replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport in Savannah, Georgia. This project, which is anticipated to be awarded as a Firm Fixed-Price contract, aims to enhance the airport's infrastructure and ensure compliance with federal standards, including accessibility requirements under the Americans with Disabilities Act (ADA). The estimated contract value ranges from $500,000 to $1 million, with a performance period of 90 days following the notice to proceed. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further inquiries. A mandatory site visit is scheduled for September 16, 2024, at 10:00 AM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the Federal Aviation Administration's (FAA) standard specifications for asphalt paving, specifically within the Eastern Service Area. It encompasses various procedures including cold milling, hot-mix asphalt patching and paving, surface treatments, and traffic control measures. The specifications require compliance with specific ASTM standards for materials and installation, underscoring the importance of quality assurance via qualified manufacturers and installers. Required pre-installation documentation includes product data, job-mix designs, samples for paving fabric, and material test reports. The document delineates project conditions, delivery guidelines, and environmental limitations for asphalt application, emphasizing optimal weather conditions for effective installation. Detailed requirements are provided for aggregates, asphalt materials, and auxiliary elements like pavement-marking paint and wheel stops. The execution section outlines specific processes for examination, patching, compaction, and surface treatments, highlighting the necessity of rigorous quality control measures and environmental considerations throughout the paving process. This specification serves as a fundamental document to guide contractors in meeting federal standards for asphalt paving projects associated with aviation infrastructure.
    The document outlines the procedures regarding the Bid Bond as part of federal procurement processes under the Federal Aviation Administration (FAA). Its core purpose is to establish a financial guarantee from a principal (the contractor) and their surety (the guarantor) for the obligations tied to a bid submitted to the government. The principal commits to fulfilling any contracts awarded based on their bid, while the surety ensures that the government is protected financially in the event the principal fails to execute the contract or pay any associated costs. The document specifies key components such as the date of bond execution, type of organization (individual, joint venture, corporation), and the monetary value of the bond. It also outlines the conditions under which the bond becomes void—primarily if the principal fails to sign necessary contractual obligations after bid acceptance. The waiver of notice regarding time extensions for bid acceptance underscores the bond's flexibility in protecting governmental interests without requiring extensive notification to sureties. This Bid Bond document serves as a critical instrument in federal and state contracting, ensuring that the government mitigates risks associated with contractor default, thus reinforcing accountability in public procurement.
    The provided document appears to be a nonsensical compilation of characters and symbols, lacking a clear, coherent structure or discernible content related to federal government RFPs, grants, or local proposals. Despite the expectation of outlining specific opportunities, requirements, or project descriptions typical of such documents, this file does not convey any meaningful information or context. Consequently, no key ideas, topics, or details can be derived from the text as it stands. The intended purpose of the document remains obscured due to its garbled and unstructured nature, failing to support analysis or provide insights pertinent to government contract solicitations or funding avenues. Overall, the document appears to be corrupted or incorrectly formatted, rendering it ineffective for stakeholders engaged in federal or state procurement processes.
    The document is an attachment related to the Request for Proposal (RFP) for the SAV TOWB Parking Lot Replacement project, identified as 6973GH-24-R-00212. It outlines the experience information that contractors must provide in their proposal submissions. Key components include the contractor's name and address, contract details such as the number, dollar value, status (active or complete), and completion date if applicable. Additionally, it requires information regarding the project title, location, and a detailed description of the contractor's role and responsibilities. Lastly, the document requests contact details for the project owner or client project manager, including their name, address, phone number, and email. This structured format is typical for federal and state/local RFPs, emphasizing the importance of contractor qualifications and project relevance in the bidding process. It serves as a critical tool for ensuring that responses are comprehensive and formatted correctly to facilitate evaluation.
    The document outlines the requirements for a Performance Bond associated with federal government contracts. The Principal, identified as the contracting party, and Surety(ies), responsible for guarantees, must legally bind themselves to the Government for a specified penal sum. This bond ensures that the Principal fulfills all contractual obligations, including modifications and tax payments under the Miller Act. It emphasizes conditions under which the bond obligation is void, including performance compliance and payment of withheld taxes. Instructions for filling out the bond are specified for both corporate and individual sureties, noting requirements such as listing corporate seals and authorized signatures. The document aims to ensure that government contracts are secured against non-compliance, promoting accountability in federal grant and RFP processes. It also provides a burden statement related to paperwork reduction and contact information for comments on the process. The structure includes sections for the Principal's details, Sureties, signatures, and compliance specifics.
    The document outlines the requirements for a Payment Bond, specifically designed to ensure protection for contractors involved in government projects by securing payment to those providing labor and materials. It is identified by OMB Control No. 2120-0595 and is applicable under the Act of August 24, 1935, emphasizing the importance of contractual obligations between the Principal and the Surety. Key components include the necessity for the Principal to make timely payments to all parties fulfilling contract obligations and the conditions under which the bond may be rendered void. The document also stipulates that Sureties must be recognized corporations listed on the Department of the Treasury's approved list, or individuals whose financial viability may need to be substantiated. Furthermore, the completion of the bond must occur prior to the contract execution date, ensuring accountability in federal contracting. The Paperwork Reduction Act statement provides insight into the estimated reporting burden associated with this form. This Payment Bond is essential for facilitating government procurement while safeguarding the interests of all parties involved.
    The document outlines a site access plan related to the repair works at Savannah/Hilton Head International Airport following Hurricane Matthew. It includes engineering details for various infrastructure improvements, such as the installation of an 8-foot chain link fence, enhancement of hardscape surfaces, and replacement of existing facility features like dumpster doors and lifts. Key aspects of the project include coordination with the Construction Oversight Representative (COR) for design specifications and the need to verify utility locations before construction commences. Additional notes emphasize the scope of work involving the milling and resurfacing of asphalt, pressure washing of concrete surfaces, and restoration of civil site markings and bollard paintings. The project reflects the ongoing federal efforts to maintain and improve airport infrastructure while ensuring compliance with regulatory standards and safety protocols.
    The document outlines a federal solicitation for a construction project involving the refurbishment of the parking lot, curb, gutter, and sidewalks at SAV ATCT, Savannah, GA. The estimated contract value falls between $500,000 and $1,000,000, with a performance period of 90 days post-notice to proceed. A mandatory site visit is scheduled, and contractors must adhere to specific performance and bonding requirements. The submission of sealed offers is required, with explicit provisions regarding the offeror’s compliance, eligibility, and performance bonds. Additionally, the document includes clauses on the scope of work, inspections, contract administration, and other regulatory compliance, emphasizing the contractor’s responsibility to furnish necessary materials and labor. Noteworthy clauses pertain to electronic payment processing, environmental considerations, and affirmative action requirements for construction. Ultimately, the document signifies the government's commitment to transparency and accountability in awarding contracts for public works, while ensuring compliance with federal regulations and standards.
    The project outlined in this Statement of Work involves the refurbishment and replacement of the parking lot, curb, gutter, and sidewalk at the Savannah Hilton Head International Airport Air Traffic Control Tower (ATCT) in Savannah, GA. The contractor is tasked with supplying all labor, materials, and equipment needed to rehabilitate approximately 10,300 square yards of asphalt, pressure wash hardscape surfaces, repaint, replace signage, and install a new material lift. Compliance with FAA orders and local regulations is mandatory throughout the project. Key responsibilities include obtaining necessary permits, creating a project schedule to minimize disruption to airport operations, and maintaining a clean and safe site during construction. The contractor must also coordinate with FAA personnel for access and oversight while adhering to stringent safety protocols due to the sensitive nature of the facility. The FAA is responsible for providing access, oversight, and coordinating work efforts. The document lists additional submission requirements for materials and equipment, emphasizing that no work should commence without written authorization from the Contracting Officer. This project highlights the federal commitment to maintaining safe and functional aviation infrastructure.
    The document outlines detailed construction and design specifications for sidewalk and curb improvements, focusing on compliance with the Americans with Disabilities Act (ADA) and applicable construction standards. It includes technical details such as slope requirements, joint placements, and materials specification like concrete and asphalt paving. Notable features include detectable warning strips, curb ramps, and drainage considerations, aiming to enhance accessibility for pedestrians. Key installation notes emphasize proper dimensions, joint fillers, and ensuring a stable subgrade for durability. Additionally, the plan mandates using specific materials, like preformed joint filler and ADA-compliant elements, enhancing safety and usability for people with disabilities. These specifications reflect the government's commitment to meeting accessibility standards while maintaining structural integrity in public spaces. Overall, this document serves as a comprehensive guide for contractors to execute projects that align with federal and local construction codes and RFP requirements.
    The Federal Aviation Administration (FAA) has established data reporting requirements under the Bipartisan Infrastructure Law (BIL) for contractors involved in various projects. The report consists of five tabs focusing on key areas: Contractor Information, Buy American compliance, Environmentally Friendly practices, Subcontracting metrics, and Jobs Creation statistics. Each section requires specific data entry related to contract details, socio-economic status, job control numbers (JCNs), and financial obligations associated with projects. Contractors must provide contact details, business information, and total obligations, while also detailing any non-domestic products used and energy savings initiatives. Furthermore, the report mandates tracking of subcontracting activities by socio-economic category and reporting the total number of jobs created, expressed as full-time equivalents. The document serves as an essential tool for ensuring compliance with federal regulations and enhancing transparency in the use of BIL funds, ultimately aimed at promoting domestic procurement and fostering job creation within the aviation sector.
    The document outlines the wage determination for heavy construction projects in Chatham County, Georgia, as per General Decision Number GA20240286, effective January 5, 2024. It specifies minimum wage rates required for workers under the Davis-Bacon Act and related Executive Orders. Contractors must comply with either Executive Order 14026, mandating a minimum wage of $17.20 for contracts entered on or after January 30, 2022, or Executive Order 13658, which applies to contracts awarded between January 1, 2015, and January 29, 2022, setting a rate of $12.90. The document lists various employee classifications and their prevailing wage rates, including carpenters, electricians, laborers, and operators, along with their fringe benefit rates. It also states that compliance with Executive Order 13706 requires contractors to offer paid sick leave. Procedures for requesting appeals on wage determinations are provided, outlining steps for interested parties to seek review from the Department of Labor. The primary purpose of this determination is to ensure fair labor practices and wage rates in federally funded construction projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.
    MYR TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    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 (MYR ATCT) in South Carolina. This project, funded under the FY2023 BIL Project, requires compliance with FAA regulations and local, state, and federal standards, including obtaining necessary permits and ensuring minimal disruption to airport operations during construction. Interested vendors must submit a capability statement, along with any applicable SBA 8(a) or SDVOSB certification letters, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The FAA will use the responses to inform its acquisition planning and determine the appropriate procurement method.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Hunter Army Airfield, Georgia- Corner Express 2.0 Image Update
    Active
    Dept Of Defense
    The Army and Air Force Exchange Service is soliciting proposals for the Corner Express 2.0 Image Update project at Hunter Army Airfield in Savannah, Georgia. This project involves a comprehensive interior renovation of the Corner Express facility, including the addition of two Quick Service Restaurants and the replacement of a non-functional cooler/freezer, with a total interior scope of 9,123 square feet. The renovation is crucial for modernizing military exchange facilities and ensuring compliance with updated standards, with an estimated project cost between $500,000 and $1,000,000 and a construction period of 120 days. Interested contractors must submit their proposals by 2:00 PM CST on September 26, 2024, and can direct inquiries to David Combs at combsdm@aafes.com or by phone at 214-312-2732.
    Puerto Rico Janitorial & Grounds
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for janitorial and grounds maintenance services at multiple facilities in Puerto Rico, with a contract period from December 1, 2024, to November 30, 2025, plus four option years. The procurement aims to ensure cleanliness and operational readiness across various FAA sites, including the San Juan CERAP and Isla Grande ATCT, which are critical for aviation operations. Interested contractors must participate in a mandatory site visit scheduled for September 17-19, 2024, with pre-registration required by September 13, 2024, and submit proposals by October 2, 2024. For further inquiries, contractors can contact Melinda Davis, Contracting Officer, at Melinda.Davis@faa.gov.
    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 360ER 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 fleet 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. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of Instrument Landing Systems (ILS) at general aviation airports in Kansas, Illinois, or Indiana. The procurement involves replacing a MK1D ILS with an ILS-420 system, with the FAA potentially awarding up to three individual contracts for this work. This project is critical for enhancing navigational safety and efficiency at the selected airports, reflecting the FAA's commitment to maintaining high standards in aviation infrastructure. Interested vendors must submit their proposals by the specified deadlines, with questions directed to Richard J. Simons and Haben Woldemichael via email by September 10, 2024. The total potential value of the contracts is estimated at $1.7 million, covering a base period of four months and five option periods not exceeding four years.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to perform various exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT) in Utah. The project involves providing labor, materials, and equipment necessary for the repairs, which must be executed in compliance with detailed specifications and drawings provided in the solicitation documents. This procurement is crucial for maintaining the operational integrity and safety of air traffic control infrastructure, ensuring that the facility remains functional and secure. Interested vendors should note that the estimated contract value ranges from $100,000 to $200,000, with proposals due by September 19, 2024, at 12 PM MST. For further inquiries, potential offerors can contact Angela Layman at angela.layman@faa.gov.