MYR ATCT Refurbish Parking Lot
ID: 6973GH-26-R-00041Type: 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 TOWERS (Z2BA)

Set Aside

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

    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. The project aims to address safety hazards, drainage deficiencies, and structural failures, requiring comprehensive work including asphalt replacement, concrete repairs, and installation of new lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and will be awarded based on a Firm Fixed-Price arrangement, with a performance period of 60 calendar days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a mandatory site visit scheduled for December 18, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SD FLAP SDGFP PARKING(1) North Point Parking Lot
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified prime contractors for the reconstruction of the North Point Parking Lot in Pickstown, South Dakota. This project involves the removal of deteriorated asphalt and sub-base, followed by the installation of a new asphalt pavement surface, ensuring compliance with the Americans with Disabilities Act for accessibility. The parking lot serves as a vital access point for recreational activities at the North Point Recreation Area, particularly for boat launches on the Missouri River. Interested small businesses, including those in specific socioeconomic categories, must submit their intent to bid along with required documentation by January 22, 2026, with an estimated project cost between $2 million and $5 million and construction anticipated to occur from June to September 2026. For further inquiries, contact Stephanie Navarro at cflacquisitions@dot.gov.
    N4008526R0148: P475 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, through NAVFAC SYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P-475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project entails the design and construction of a multi-story hangar compliant with F-35B Joint Strike Fighter specifications, including high bay, administrative, and data network areas, as well as a Special Access Program Facility (SAPF) and a multi-level parking facility with approximately 400 spaces. The estimated construction cost ranges from $100 million to $250 million, emphasizing the project's significance in supporting military aviation operations. Proposals are due by February 5, 2026, at 2:00 PM, and interested parties can contact Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146 for further information.
    Construction of New Airport Traffic Control Tower (ATCT) - Grand Forks, ND
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking offers for the construction of a new Airport Traffic Control Tower (ATCT) at Grand Forks International Airport in Grand Forks, North Dakota. This project entails a firm fixed-price contract valued between $60 million and $70 million, with a performance period of 730 calendar days following the Notice to Proceed. The construction of the ATCT is crucial for enhancing air traffic management and safety at the airport, reflecting the FAA's commitment to modernizing aviation infrastructure. Interested contractors must submit their proposals by March 2, 2026, and can direct inquiries to Erin Crabtree at erin.m.crabtree@faa.gov.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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 procurement is a total small business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools 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 16, 2026, and interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil.
    MARKET SURVEY: PREPARE, REMOVE PAINT, AND REPAINT THE EXISTING ASDE TOWER AND SHELTERS AT THE DENVER INTERNATIONAL AIRPORT (DEN) IN DENVER, CO
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified contractors for the preparation, removal of paint, and repainting of the existing ASDE Tower and shelters at Denver International Airport (DEN) in Colorado. The project involves compliance with federal, state, and local regulations, particularly concerning lead-based paint removal, as the tower has been identified to contain lead, necessitating adherence to strict safety standards and certifications. The FAA estimates the project cost to be between $325,000 and $450,000, with a single Firm Fixed Price (FFP) contract intended for award to the lowest responsive bidder. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on January 19, 2026, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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 total small business set-aside under NAICS Code 237310, with a project magnitude estimated between $250,000 and $500,000, requiring contractors to provide all necessary labor, materials, equipment, and tools for the completion of the work within a 365-day performance period. The contract will be awarded as a Firm Fixed Price (FFP) agreement, and proposals are due by 1:00 PM EST on January 16, 2026, with a requirement for proposals to remain valid through March 31, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or TSgt Gary Spillane at gary.spillane@us.af.mil for further details.
    FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the FY26 North Myrtle Beach Ocean Outfall project located in North Myrtle Beach, South Carolina. This project involves the design and construction of a deepwater ocean outfall to upgrade the stormwater collection and conveyance system in a coastal urban area, which will be executed under a single design-build contract. The initiative is critical for improving the local stormwater management infrastructure and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Proposals are due by January 14, 2026, and interested contractors can contact Evelyn Halliburton at evelyn.i.halliburton@usace.army.mil or by phone at 843-329-8208 for further information.
    Repair Fire Hydrants
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of fire hydrants at Shaw Air Force Base in South Carolina. The project involves the replacement of 29 fire hydrants, some of which require isolation valves and asbestos management, with a total construction magnitude estimated between $250,000 and $500,000. This procurement is a 100% Small Business set-aside under NAICS code 236220, emphasizing the importance of maintaining operational fire safety infrastructure. Bids are due by January 30, 2026, at 9:00 A.M. EST, with a public bid opening scheduled for the same day at 1:00 P.M. Interested contractors should direct inquiries to SSgt Braulio Ramirez Galvan or SrA Tariq Ellis via email.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap, located in Watauga County, North Carolina. The project, designated as NC NP BLRI 5140-091P, involves extensive repair work including concrete crack repair, joint resealing, masonry repointing, and asphalt pavement milling, with an estimated contract value between $2,000,000 and $5,000,000. This rehabilitation is crucial for restoring the bridge's structural integrity and extending its service life, ensuring safe passage for the traveling public. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically by the specified deadline, with bid documents expected to be available around December 18, 2025. For further inquiries, contact Monique Lynch at eflhd.contracts@dot.gov or Emily McCleary at EFLHD.Contracts@dot.gov.
    P502 Replace MCAS Beaufort Fuel Pier, Marine Corps Air Station Beaufort, South Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of the fuel pier at Marine Corps Air Station Beaufort, South Carolina. This project involves the demolition of the existing 1957 fuel pier and the construction of a new single-deck fueling pier, approximately 169 feet long and 40 feet wide, designed to maintain fuel services throughout the construction period. The procurement is critical for ensuring operational integrity and compliance with safety and environmental regulations, particularly concerning hazardous materials identified in the existing structure. Interested contractors must submit sealed bids by June 3, 2025, with a performance period of 900 days following award notification. For further inquiries, contact Scott Schulz at SCOTT.C.SCHULZ1@NAVY.MIL or John Bishop at john.p.bishop1@navy.mil.