Salt Lake City ARTCC (ZLC) Interim Service Building (ISB) Window Replacement at Salt Lake Air Route Traffic Center
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    J059--Elevator Maintenance Services for the VA Salt Lake City Healthcare System, Utah
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide elevator maintenance services for the VA Salt Lake City Healthcare System in Utah. The procurement includes comprehensive maintenance tasks such as scheduled preventive maintenance, emergency repairs, and compliance with various safety codes and standards for 26 elevators at the facility. This contract is critical for ensuring the operational safety and reliability of the elevators, which are essential for patient and staff mobility within the healthcare system. Interested small businesses must submit their proposals by December 31, 2025, at 12:00 PM Central Time, and can contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or 918-577-3532 for further information.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.