ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

MYR ATCT Refurbish Parking Lot

DEPARTMENT OF TRANSPORTATION 6973GH-26-R-00041
Response Deadline
Jan 30, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, through 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. This project aims to address safety hazards, drainage issues, and structural failures in the existing parking lot, with a scope that includes asphalt milling and replacement, seal coating, crack repair, and the installation of new lighting and motorcycle parking. The contract is expected to be awarded as a Firm Fixed-Price arrangement, with a value estimated between $250,000 and $500,000, and proposals are due by January 30, 2026, at 3:00 PM Central Time. Interested contractors must ensure they are registered in the System for Award Management (SAM) and are encouraged to direct any inquiries to Samantha Pearce at samantha.a.pearce@faa.gov.

Classification Codes

NAICS Code
238990
All Other Specialty Trade Contractors
PSC Code
Z2BA
REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS

Solicitation Documents

14 Files
Directions to MYR ATCT.docx
Word798 KB1/23/2026
AI Summary
The document provides updated driving directions to the Tower outer gate at 2448 Emory Rd. Myrtle Beach, SC 29577, due to recent street closures. It details specific routes for travelers approaching from both southbound and northbound Highway 17, instructing them to turn onto Shetland Lane and then left onto Emory Rd. Upon arrival at the outer gate, visitors are advised to press the call button, identify themselves, and state they are there for Tech Ops. This information is crucial for anyone needing to access the ATCT site in the Myrtle Beach area, ensuring smooth navigation despite local road changes.
Questions and Answers as of 12.17.2025.pdf
PDF143 KB12/17/2025
AI Summary
This document addresses questions and answers related to RFP 6973GH-26-R-00041, concerning the MYR ATCT Parking Lot Refurbishment. Key inquiries involve the replacement of existing awnings, with the exterior wall material identified as EIFS over CMU and no pictures available. Bidders also requested civil site drawings for elevations and dimensions, but no current as-built drawings are available. Significant questions arose regarding sub-grade preparation and material specifications for new asphalt and concrete areas, with clarifications provided directly from the Statement of Work (SOW) detailing excavation requirements, base course installation, and specific material depths. Finally, the document specifies that existing unknown exterior light fixtures must be replaced with commercial-grade LED wall pack lights from ISO-certified manufacturers that comply with FCC Title 47 Part 15B Class B emission limits.
SIR 6973GH-26-R-00041.pdf
PDF361 KB1/23/2026
AI Summary
This government solicitation, RFP AC-26-00475, issued by the FAA Aeronautical Center, outlines the requirements for the "MYR ATCT Refurbish Parking Lot" project, valued between $250,000 and $500,000. Key details include a mandatory site visit on December 18 at 1000 local time in Myrtle Beach, CA, and a performance period of 60 calendar days after the notice to proceed. Offerors must submit a proposal guarantee of 20% and, if awarded, provide performance and payment bonds equal to 100% of the contract price. The contractor is responsible for all labor, materials, and permits, must adhere to strict safety protocols for operating airports, and comply with various federal regulations including those for electronic commerce, asbestos handling, and anti-lobbying. The document also details payment terms, inspection rights, and requirements for System for Award Management (SAM) registration.
Questions and Answers as of 12.8.2025.pdf
PDF143 KB1/23/2026
AI Summary
This document addresses questions regarding RFP 6973GH-26-R-00041 for the MYR ATCT Parking Lot Refurbishment. Key inquiries cover the replacement of two awnings, for which no pictures are available, and the exterior wall material being EIFS over CMU. There are no current civil as-built drawings for bidding. Clarifications on sub-grade requirements indicate that existing asphalt replacement involves 2 inches of new asphalt, and concrete sidewalk replacement includes 4 inches of concrete over existing compacted subgrade. New asphalt and concrete areas require excavation for a 4-inch compacted graded aggregate base course over compacted subgrade, while new stone paving requires 4 inches of #57 stone over geotextile fabric. Finally, replacement of six exterior light fixtures must be with commercial-grade LED wall pack lights from ISO-certified manufacturers that comply with FCC Title 47 Part 15B class B emission limits, as the existing fixture model is unknown.
(SOW) MYR ATCT Refurbish Parking Lot.pdf
PDF6604 KB1/23/2026
AI Summary
The Federal Aviation Administration (FAA) is seeking proposals for the MYR ATCT – Parking Lot and Site Refurbishment Project in Myrtle Beach, SC. This Statement of Work outlines requirements for a comprehensive refurbishment to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot and site. The project scope includes pressure washing concrete, milling and replacing asphalt, extending parking areas, applying seal coat and striping, replacing wheel stops, installing aggregate, repairing damaged concrete hardscapes, creating a new motorcycle parking area, raising cable vault lids, replacing canopies, installing splash pads, replacing a building façade, and upgrading wall pack light fixtures. All work must adhere to FAA and OSHA safety regulations, with specific requirements for scheduling, site maintenance, waste disposal, and material submittals. A pre-bid conference may be scheduled, and contractors must submit a detailed project schedule within 15 days of contract award. Strict adherence to FAA maintenance moratoriums is also required.
Wage Determination SC20250043 11.21.2025.pdf
PDF53 KB1/23/2026
AI Summary
This government file, General Decision Number SC20250043, provides prevailing wage rates for heavy construction projects in Horry County, South Carolina, effective November 21, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, depending on the contract award date. The document lists specific wage rates and fringe benefits for various occupations, including Ironworker, Carpenter, Laborer, and several Operator classifications. It also outlines requirements for paid sick leave under Executive Order 13706 and provides guidance on the wage determination appeals process, including contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board. The file serves as a critical reference for contractors to ensure compliance with federal labor standards on covered projects.
Organizational Experience Questionnaire.pdf
PDF506 KB1/23/2026
AI Summary
The document,
Bid Bond.pdf
PDF202 KB1/23/2026
AI Summary
The Bid Bond form (OMB Control No. 2120-0595) is a crucial federal document used in government contracting. It outlines the obligations of a principal (bidder) and surety(ies) to the United States Government, ensuring that if a bid is accepted, the principal will execute the necessary contractual documents and provide required bonds. Failure to do so obligates the principal to pay the government any costs exceeding the bid amount for procuring the work. The form details principal and surety information, penal sum, bid identification, and conditions under which the bond becomes void. It also specifies that surety obligations are not impaired by bid acceptance extensions, with a waiver of notice for extensions up to 60 days. This form is essential for guaranteeing bidder commitment and protecting the government's interests in the procurement process, requiring approximately 25 minutes for public reporting.
6973GH-26-R-00041-0002.pdf
PDF178 KB1/23/2026
AI Summary
Amendment 0002 to Solicitation No. 6973GH-26-R-00041 extends the offer due date from January 23, 2026, to January 30, 2026. This modification also incorporates a revised Statement of Work (SOW) for the MYR ATCT parking lot refurbishment and updates the list of attachments, including a new SOW dated January 21, 2026. Key instructions for bidders cover the submission of two Organizational Experience Questionnaires for projects valued over $150,000 and completed within the last three years, an active SAM registration, a proposal guarantee of 20%, and performance and payment bonds covering 100% of the contract price. Proposals must be submitted via email by January 30, 2026, at 3:00 P.M. Central Time. The FAA intends to award a single contract to the lowest-price, responsible offeror, with potential for award without further discussions.
SOW_MYR ATCT Refurbish Parking Lot_01.21.2026.pdf
PDF3473 KB1/23/2026
AI Summary
The Federal Aviation Administration (FAA) in Myrtle Beach, SC, is undertaking a comprehensive refurbishment of the MYR ATCT parking lot and site. This project addresses safety hazards, drainage issues, and structural failures due to weather exposure and heavy use. The scope of work includes pressure washing, asphalt milling and replacement, parking area extension, seal coating, crack repair, striping, and the replacement of damaged wheel stops, concrete hardscapes, and canopies. New motorcycle parking and erosion prevention measures will also be implemented. All work must adhere to FAA and OSHA safety regulations, with a detailed project schedule and phasing plan required to minimize disruption to air traffic control operations. The contractor is responsible for material and workmanship warranties, and adherence to specific material and installation standards for crushed aggregate base course, bituminous prime and tack coats, and asphalt paving, as detailed in the technical specifications and attachments.
Questions and Answers as of 01.02.2026.pdf
PDF115 KB1/23/2026
AI Summary
This document addresses questions and answers regarding RFP 6973GH-26-R-00041 for the MYR ATCT Parking Lot Refurbishment. Key clarifications include the unavailability of existing awning pictures and up-to-date civil site drawings, and the specification of EIFS over CMU for exterior walls. Subgrade requirements for asphalt and concrete work are detailed, emphasizing excavation for new aggregate bases. Lighting replacements are limited to six commercial-grade LED wall pack lights from ISO-certified manufacturers, with matching style and type. The FAA will provide daily escorts, and work hours are specified in the SOW. The aerial view/site plan is confirmed to be within the SOW. Latex paint is acceptable if it meets warranty and performance specifications of acrylic. Pre-cast downspout diffusers are required, and details for splash pads are unavailable. Parking lot pole lights are excluded; only wall pack lights are in scope. Two vault lid/manholes need raising with pre-formed or pre-cast concrete risers, and replacement of cable vault/manhole lids is not included. Sidewalk replacement is limited to damaged sections up to the nearest control joints. Crack sealing and seal-coating are part of the SOW, along with milling and replacing two inches of asphalt at the facility entrance. Foundation details for a small building's new block wall are unknown, and the SOW has been revised regarding rotten facade. The period of performance begins once all materials are procured.
6973GH-26-R-00041-0001.pdf
PDF206 KB1/23/2026
AI Summary
Amendment 0001 to Solicitation No. 6973GH-26-R-00041 extends the proposal closing date from January 9, 2026, to January 23, 2026. It also revises Section M.1(h) and the payment Clause 3.3.1-40 in Section I, concerning electronic submission of payment requests via the Delphi eInvoicing web-portal. This clause details definitions, electronic submission requirements, necessary invoice content, and registration procedures for the Delphi eInvoicing system. Waivers for electronic invoicing may be requested. Section L, Instructions for Preparation and Submission of Proposals, is updated to reflect the new closing date and clarify requirements for Organizational Experience Questionnaires, proposal guarantees, and performance bonds. Section M, Evaluation Factors for Award, emphasizes that award will be made to the lowest-priced, responsible offeror, with responsibility assessed through OEQ forms and past performance. All other terms and conditions remain unchanged.
Performance Bond Annual Form.pdf
PDF351 KB1/23/2026
AI Summary
The provided document outlines the requirements and conditions for a Performance Bond used in connection with U.S. Government contracts. This bond ensures that a Principal (contractor) fulfills all contractual obligations, including extensions and modifications, and pays all federally imposed taxes, especially those related to the Miller Act. The document details the legal names, business addresses, and organizational types of the Principal and Surety(ies), along with the penal sum of the bond. It specifies that any deviation from the form requires written approval from the Administrator of General Services. Instructions for execution cover corporate and individual sureties, requiring proper authorization, seals, and supporting documentation like the Affidavit of Individual Surety (Standard Form 28). Corporate sureties must be on the Department of the Treasury's approved list. The form also includes sections for multiple corporate sureties, specifying their liability limits, and general instructions for signing and typing names and titles. The OMB Control Number 2120-0595 is displayed, indicating compliance with the Paperwork Reduction Act.
Payment Bond Form.pdf
PDF332 KB1/23/2026
AI Summary
The document, OMB Control No. 2120-0595, outlines the requirements and conditions for a federal payment bond, used to protect individuals supplying labor and materials for government contracts. This form, FAA 4400-61, is mandated under the Act of August 24, 1935 (40 USC 270a-270e). It details the roles and obligations of the principal and surety(ies), specifying how the penal sum binds them jointly and severally to the United States. The bond ensures payment to all persons with a direct relationship with the principal or a subcontractor. The instructions provide guidance on completing the form, including the legal names and addresses of the principal and sureties, evidence of authority for signatories, and requirements for corporate and individual sureties. It also notes that corporate sureties must be on the Department of the Treasury’s approved list. The Paperwork Reduction Act Statement estimates a 25-minute public reporting burden and provides contact information for comments regarding this collection of information.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 21, 2025
amendedAmendment #1Dec 17, 2025
amendedAmendment #2· Description UpdatedJan 2, 2026
amendedLatest Amendment· Description UpdatedJan 23, 2026
deadlineResponse DeadlineJan 30, 2026
expiryArchive DateFeb 14, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS

Point of Contact

Name
Samantha Pearce

Place of Performance

Myrtle Beach, South Carolina, UNITED STATES

Official Sources