**BILL FUNDED** Refurbish Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
ID: 2405525Type: Solicitation
Overview

Buyer

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

NAICS

Painting and Wall Covering Contractors (238320)

PSC

REPAIR OR ALTERATION OF OTHER INDUSTRIAL BUILDINGS (Z2EZ)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified contractors to refurbish the Paint Power Services Building at the Seattle Air Route Traffic Control Center (ZSE) located in Auburn, Washington. The project involves comprehensive exterior maintenance, including pressure washing, preparation, and painting of all exterior metal surfaces, while adhering to safety and environmental regulations, with specific tasks such as waterproofing and encapsulating lead paint. This refurbishment is crucial for maintaining the operational integrity and safety standards of FAA facilities, with an estimated contract value between $1,000,000 and $1,500,000 and a performance period of 30 days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for September 9, 2024, and all inquiries directed to Joel Scott at joel.e.scott@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The ZSE ARTCC Power Services Building project entails specific surface treatment requirements prior to painting. Notably, exterior surfaces marked in red must be encapsulated with a polymer-based coating before applying primer and paint. The blue brick sections are exempt from painting. Additionally, the project specifications clearly state that any doors must not be painted, reflecting limitations outlined in the Statement of Work (SOW). This document emphasizes the necessary preparatory work and compliance with project specifications, indicating a focused approach to exterior maintenance without unnecessary alteration of certain building elements. This summary connects to the broader context of government RFPs, detailing critical guidelines that ensure proper project execution while adhering to predetermined requirements.
    The Federal Aviation Administration (FAA) has issued a Request for Proposal for the painting of the Power Services building at the Seattle Air Route Traffic Control Center (ZSE), located at 3101 Auburn Way S., Auburn, WA. The scope includes pressure washing, preparing, and painting all exterior metal surfaces while ensuring compliance with safety and environmental regulations. Specific tasks involve waterproofing, applying low-odor paint in a color selected from the manufacturer's standard palette, and encapsulating lead paint with a polymer coating. The contractor must coordinate all work with FAA representatives, maintain the site's operational integrity, and ensure minimal disruption. A project schedule and a painting control plan must be submitted for FAA approval within ten days of contract award. The contractor is obligated to commence work promptly after approval and complete all tasks within 30 days, with oversight by FAA security personnel throughout. This project demonstrates the FAA's commitment to maintaining infrastructure standards while ensuring safety and operational efficiency.
    The government file outlines a Request for Proposals (RFP) issued by the FAA Aeronautical Center for the refurbishment of the paint at the Power Services Building at the Seattle Air Route Traffic Control Center. The project, estimated between $1,000,000 and $1,500,000, requires the contractor to supply all labor, tools, materials, and equipment necessary for its completion. The performance period is set at 30 days post notice to proceed. A mandatory site visit is scheduled for September 9, 2024. Offerors must submit their proposals in a sealed manner with specific requirements for completion, including possible performance and payment bonds. The document specifies terms for bid opening and guarantees, and outlines additional clauses relevant to contractor obligations, inspections, and compliance with federal regulations. It also emphasizes contractor responsibilities regarding minority and female participation as part of affirmative action compliance in construction. Lastly, it includes provisions about payment procedures, including electronic invoicing through the Delphi eInvoicing web portal, and mandates that contractors must be registered in the System for Award Management (SAM) database prior to receiving awards. This comprehensive solicitation underlines the government’s commitment to maintaining standards in project execution while ensuring compliance with contractual and regulatory obligations.
    The document outlines the requirements for contractors interested in refurbishing the Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, specifically at the Seattle Air Route Traffic Control Center (ZSE). Contractors must provide detailed information, including their name and address, contract number, dollar value, and project status (either active or complete). Additionally, they are required to submit a project title, location, and a comprehensive description of their role and responsibilities in the project. The file emphasizes the necessity for contractor experience and outlines the expectations for documentation to assess the qualifications of potential bidders. This information will be utilized in the selection process for the refurbishment project, which is part of the broader government initiative to maintain and enhance critical aviation infrastructure. Overall, the document serves as a formal request aimed at soliciting qualified contractors for vital refurbishment services within the FAA framework.
    The Federal Aviation Administration (FAA) has outlined instructions for completing the Uniform Bipartisan Infrastructure Law (BIL) Data Report, which consists of five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each section requires specific information about prime contractors and projects, including contact details, contract identifiers, obligated amounts, and Job Control Numbers (JCNs). The 'Buy American' tab mandates identification of non-domestic products and their associated costs, while the 'Environmentally Friendly' tab focuses on energy savings initiatives linked to JCNs and the products being replaced. The 'Subcontracting' tab requests total dollars awarded to first-tier subcontractors categorized by socio-economic status, and the 'Jobs Creation' tab requires reporting the number of jobs created through the contract. This report aims to ensure compliance with BIL funding regulations, promote transparency in government contracting, and monitor the economic impact of federal expenditures on job creation and domestic product utilization.
    Similar Opportunities
    CRITICAL POWER SYSTEMS INSTALLATION SERVICES
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    Amendment 0002: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting offers for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and updating the keying system, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal guidelines, including the Buy American Act and Davis-Bacon Act. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the refurbishment or replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport in Savannah, Georgia. This project, which is anticipated to be awarded as a Firm Fixed-Price contract, aims to enhance the airport's infrastructure and ensure compliance with federal standards, including accessibility requirements under the Americans with Disabilities Act (ADA). The estimated contract value ranges from $500,000 to $1 million, with a performance period of 90 days following the notice to proceed. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further inquiries. A mandatory site visit is scheduled for September 16, 2024, at 10:00 AM EST.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    Paint Rooms In Modular Office B-49
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repaint the interior of Modular Building B-49 at Robins Air Force Base in Georgia. This project involves comprehensive services including surface preparation, cleaning, repairing, priming, and painting of eight office spaces totaling 4,800 square feet, with a completion timeline of 45 calendar days post-award. The initiative is crucial for transforming the facility into functional office space for the 561st AMXS F-15 Planners, ensuring compliance with safety and environmental standards throughout the process. Interested small businesses are encouraged to contact Latonya Jackson at latonya.jackson.1@us.af.mil or Lasonia Anderson at lasonia.anderson@us.af.mil for further details, and a site visit must be scheduled before the solicitation cut-off time.
    MYR TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Myrtle Beach International Airport (MYR ATCT) in South Carolina. This project, funded under the FY2023 BIL Project, requires compliance with FAA regulations and local, state, and federal standards, including obtaining necessary permits and ensuring minimal disruption to airport operations during construction. Interested vendors must submit a capability statement, along with any applicable SBA 8(a) or SDVOSB certification letters, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The FAA will use the responses to inform its acquisition planning and determine the appropriate procurement method.