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, 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.

    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 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
    N4008525R0148 - P475 Aircraft Maintenance Hangar, MCAS Beaufort, SC
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking contractors for the construction of a P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves a Design-Bid-Build (DBB) approach to create a multi-story facility featuring precast concrete panels, metal panel construction, and various operational spaces including high bay, crew, and administrative areas. The contract, valued between $100 million and $250 million, is expected to be awarded by September 2026, with a completion timeline of approximately 1280 calendar days post-award. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Amber Stovall at amber.k.stovall.civ@us.navy.mil or 757-341-0146.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    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 opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary 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 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for the South-Atlantic Region Construction Multiple Award Task Order Contract (MATOC) to provide highway, street, and bridge construction services. This procurement aims to award up to four Indefinite Delivery Indefinite Quantity (IDIQ) contracts, exclusively to small business concerns, with a combined maximum value of $60 million, covering various construction tasks including design and design-build services across North Carolina, South Carolina, Georgia, and Florida. The initial seed project involves pavement preservation and bridge rehabilitation in Georgia and Alabama, with an estimated cost between $2.5 million and $3.5 million, and proposals are expected to be submitted electronically by the specified deadline following the issuance of the Request for Proposal documents around November 17, 2025. Interested parties can direct inquiries to C. Shawn Long or David Bogner at EFLHD.Contracts@dot.gov, and must ensure active registration in the System for Award Management (SAM) to participate.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    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 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    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.
    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 stormwater management and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Interested contractors can reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details, with the solicitation officially posted as of November 18, 2025.
    Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.