Salt Lake City ARTCC (ZLC) Interim Service Building (ISB) Window Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
ID: 6973GH-25-R-00113Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 6:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of windows at the Interim Service Building (ISB) located at the Salt Lake Air Route Traffic Control Center in Salt Lake City, Utah. The project entails the removal of 50 existing sliding glass windows and the installation of new commercial-grade vinyl windows, adhering to specific performance standards and building codes. This initiative is part of the FAA's commitment to maintaining and upgrading its facilities to ensure operational integrity and safety. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Contracting Officer Raymond Lena at raymond.a.lena@faa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 9:08 PM UTC
The solicitation document pertains to an Invitation for Bid (IFB) for the replacement of windows in the Interim Service Building at the Salt Lake Air Route Traffic Center. It outlines the requirement for contractors to be registered in the System for Award Management (SAM) and indicates that the project is designated as a total small business set-aside under the NAICS Code 236210 with a small business size standard of $39.5 million. The project cost is estimated between $50,000 and $100,000. The document mandates several procedural details, such as a pre-construction site visit scheduled for March 11, 2025, with proposals due by April 4, 2025. Contractors are reminded that performance and payment bonds are not required, and they must begin work within 10 calendar days post-award. The document lists compliance requirements with several federal regulations, including those related to safety, environmental protection, and contractor qualifications. Additional clauses address records management and the prohibition of certain technology providers. The solicitation reflects the government's ongoing commitment to enhancing facilities through transparent contracting practices while ensuring compliance with federal standards.
Apr 2, 2025, 9:08 PM UTC
The ISB and AAS Building Window Replacement Project outlines specifications for the installation of vinyl windows, including preinstallation meetings, product data requirements, and quality assurance details. The document emphasizes a collaborative preinstallation conference to ensure material availability and coordination with other construction elements, aiming for a watertight and weathertight building envelope. Essential action submittals include product data, shop drawings, and material samples for verification. Warranty conditions are stipulated to cover performance failures, with a 10-year warranty period for windows. The document specifies manufacturer qualifications and provides a list of acceptable manufacturers, setting performance standards in accordance with industry regulations (AAMA/WDMA/CSA 101/I.S.2/A440). Fabrication and installation instructions are detailed, including the requirement for custom sizes and weather-tight insulation, ensuring proper quality control throughout the process. Lastly, the closing sections detail project record documents, including requirements for annotated digital copies and maintenance of record documents, emphasizing careful documentation of construction changes and completion processes. These regulations ensure adherence to standards and facilitate project closeout procedures effectively, reflecting the structured approach necessary for government RFPs and grants.
Apr 2, 2025, 9:08 PM UTC
The Federal Aviation Administration (FAA) has issued a Request for Proposals (RFP) for the demolition and replacement of windows at the Interim Service Building (ISB) at the Salt Lake Air Route Traffic Control Center, located in Salt Lake City, Utah. The project involves the removal of 50 existing sliding glass windows of various sizes, as specified in the project documents, and the installation of new commercial windows set in black vinyl frames, adhering to performance standards outlined in AAMA/WDMA/CSA specifications. The contractor is required to ensure compliance with relevant building codes and verify all dimensions and quantities prior to work commencement. The project also necessitates the provision of warranty and record documentation upon completion. This RFP underscores the FAA's commitment to maintaining and upgrading its facilities to ensure operational integrity and safety. Key elements include detailed demolition and installation instructions, adherence to performance class standards, and a structured closeout process to guarantee project completion satisfaction.
Apr 2, 2025, 9:08 PM UTC
The Performance Questionnaire is designed to collect feedback on contractors as part of the source selection process for government contracts. Contractors must provide essential details including their name, contract number, initiation and completion dates, value, and type of contract, along with a description of contract requirements. Evaluators, representing the evaluating organization, are to assess the contractor's performance across several criteria: Quality of Products and Services, Performance, Technical Requirements, Schedule, Cost Control, Customer Satisfaction, and Overall Assessment. Each category requires evaluators to rate the contractor's performance using a scale from Exceptional to Unsatisfactory, as well as provide additional comments. This structured feedback aims to ensure high standards in government contracting by gathering comprehensive evaluations of contractor effectiveness and compliance with contract stipulations, fostering accountability and transparency in federal and state/local procurement processes.
Apr 2, 2025, 9:08 PM UTC
The memorandum from Raymond A. Lena, Contracting Officer at the FAA, addresses inquiries stemming from a site visit for the ZLC CTRB ISB Window Replacement project, as outlined in Request for Proposal 6973GH-25-R-00113. It confirms specifications regarding the windows, specifying that the FAA prefers black windows for uniformity with existing structures, although a black exterior with tan/white interior is acceptable if heat transfer issues arise. The project mandates the replacement of aluminum windows with commercial-grade vinyl to achieve cost savings. The document also clarifies requirements for tempered glass in specific window placements according to safety standards. The deadline for proposals has been extended to April 18, 2025, to allow bidders adequate time for submission. Key instructions regarding the proposal preparation and submission process are reiterated, emphasizing the need for compliance to enhance evaluation criteria. Overall, the memorandum aims to facilitate a clearer understanding of project requirements and ensure that bidders submit competitive proposals.
Apr 2, 2025, 9:08 PM UTC
This document is an amendment to a government solicitation, specifically regarding the extension of the Request for Proposals (RFP) response date for contract number 6973GH-25-R-00113. The amendment is issued by the FAA Aeronautical Center with an effective date of February 28, 2025. The deadline for submitting offers has been extended from April 4, 2025, to April 18, 2025, at 12:00 pm MT. This extension allows additional time for industry participants to propose in response to queries submitted prior to the original deadline. The document clarifies that all other terms and conditions of the contract remain unchanged and in effect. The amendment serves to facilitate participation in the procurement process and ensure compliance with updated timelines established by the issuing authority. The document concludes with certifications from the contracting officer, Raymond A. Lena, ensuring the legality and adherence to government procurement protocols.
Apr 2, 2025, 9:08 PM UTC
This document outlines wage determination for construction projects in Salt Lake County, Utah, identified by the General Decision Number UT20250085, effective February 7, 2025. It specifies that contracts adhering to the Davis-Bacon Act must comply with minimum wage rates set by Executive Orders 14026 and 13658. The current minimum wage for contracts initiated or renewed after January 30, 2022, is $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a wage of at least $13.30 per hour. Additionally, the document enumerates specific wage rates and fringe benefits for various construction trades such as carpenters, electricians, and plumbers, detailing the categories of rates (union, survey, state-adopted). It also presents the appeals process for wage determinations, allowing interested parties to review decisions made by the Wage and Hour Division of the U.S. Department of Labor. This wage determination serves to ensure fair compensation for workers on federally funded construction projects while adhering to labor standards and protections under applicable executive orders.
Lifecycle
Similar Opportunities
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
***IIJA FUNDED*** SOLICITATION: REPLACE DOORS AT THE POWER SERVICES BUILDING AT THE ZKC AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC) IN OLATHE, KS.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of doors at the Power Services Building (PSB) located at the ZKC Air Route Traffic Control Center (ARTCC) in Olathe, Kansas. This project involves a firm fixed-price contract for the complete removal and replacement of doors, frames, and hardware, with an estimated contract value between $120,000 and $160,000, and a completion timeline of 45 days following the Notice to Proceed. The solicitation is exclusively set aside for small businesses, emphasizing the importance of compliance with safety and environmental regulations throughout the construction process. Interested contractors must submit their proposals by May 19, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Demolish Salty Guard Bldg. 1522
Buyer not available
The Department of Defense, through the Utah Air National Guard, is soliciting proposals for the demolition of Salty Guard Building 1522 and subsequent landscaping services at the Roland R. Wright Air National Guard Base in Salt Lake City, Utah. The project requires contractors to provide all necessary personnel, equipment, and materials for the demolition, including hazardous materials abatement and utility disconnections, to be completed within 90 days of the Notice-to-Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of supporting small businesses in federal contracting, with proposals due by May 5, 2025. Interested vendors should contact Timothy Papa at timothy.papa.1@us.af.mil or call 801-245-2332 for further details.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
Sioux Falls Courthouse Window Replacement
Buyer not available
The General Services Administration (GSA) is seeking proposals from qualified small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is funded in part by the Inflation Reduction Act (IRA). The project involves the installation of energy-efficient windows while preserving the historical integrity of the courthouse, with a strong emphasis on sustainability through the use of low-embodied carbon materials. This initiative is crucial for enhancing the building's energy efficiency and security, aligning with federal commitments to environmentally responsible construction practices. Proposals are due by July 17, 2025, and interested parties should contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.
AMENDMENT 0001: AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical systems, with an estimated project cost between $750,000 and $1,000,000. The successful completion of this project is crucial for maintaining the operational efficiency and safety of air traffic control services. Interested contractors must submit their offers by May 14, 2025, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or call 206-231-3026.