SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
ID: 6973GH-25-R-00019Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Plainview, Texas (PVW) Remote Communications Air/Ground (RCAG) project involves the demolition of existing communication towers and the installation of a new 40-foot antenna tower along with necessary foundations and cabling. The contractor is required to adhere to FAA specifications for construction and install a lightning protection system. Key obligations include obtaining FAA approval for materials, coordinating work to minimize outages, and ensuring safety through a comprehensive plan. The project is to be completed within six months, with work hours limited to weekdays from 7:00 AM to 5:30 PM, while coordination with FAA representatives is essential. The documentation outlines specific technical standards and general requirements that the contractor must follow, emphasizing the importance of compliance and safety throughout the duration of the project. Contacts for further information are provided, linking contractors with FAA oversight and engineering services.
    The document outlines a federal Request for Proposal (RFP) structure, primarily focusing on collecting essential information from offerors in relation to a specific contract. It includes sections for offeror data such as company name, contact information, and project-specific details including contract number, dollar value, project status, title, and location. Additionally, the offeror is required to provide a thorough project description that delineates their role and responsibilities within the project. The document emphasizes the need for the offeror to include experience information relevant to the contract, in accordance with criteria specified in the SIR document. This format is typical for federal grants and state/local RFPs, aimed at ensuring potential contractors provide comprehensive and pertinent information to facilitate informed decision-making by government entities. Ultimately, the document serves as a foundational template for evaluating contractor capabilities and project relevance, fostering accountability and transparency in the procurement process.
    The document outlines the installation and construction specifications for the UIS Program Tower Replacement Project, managed by the Central Service Area's engineering team. It serves primarily to establish guidelines for safe and compliant tower design, construction, and grounding methodologies according to the Federal Aviation Administration and Department of Transportation standards. Critical information includes the required structural and foundation specifications, such as the type of backfill, concrete strength, and reinforcement details. The document highlights safety protocols during excavation and construction, mandates the adherence to OSHA safety regulations, and provides a detailed material specification for steel and concrete. Furthermore, it outlines the proper installation of electrical grounding systems to ensure the operational integrity of communication towers. This extensive set of guidelines ensures projects meet federal standards, ultimately focusing on safety, efficiency, and regulatory compliance.
    The Geotechnical Engineering Report for the Plainview, TX communication tower replacement project, prepared by Terracon Consultants, details subsurface conditions and provides foundation design recommendations. The report focuses on subsurface soil characterization, site preparation, earthwork, deep foundations, and seismic considerations for three proposed towers. Key findings include the presence of medium stiff to hard lean clays and gravel at the test site, with groundwater not observed at drilled depths. Two foundation options are recommended: drilled shaft foundations or a mat foundation, both considering potential uplift from frost and site settlement around 1 inch total. Recommendations for site preparation include proper drainage to mitigate moisture issues and detailed specifications for structural fill materials and compaction. Furthermore, seismic site classification is determined as category D. The document aims to inform stakeholders and contractors in executing construction that accommodates local soil conditions while adhering to safety and design standards, thereby facilitating a successful deployment of the communication tower infrastructure. It underscores the importance of ongoing geotechnical observation throughout construction phases to adapt to any encountered variations.
    The FAA-PVW RCAG-1800411 document outlines the construction and demolition requirements for a new communications tower at the Plainview, TX Remote Communications Air/Ground (RCAG) site. The project involves the removal of four existing guyed towers and the installation of a new tower equipped with a sixteen-antenna mount platform at 40 feet AGL. Key tasks include creating a security fence, installing obstruction lights, and ensuring appropriate communication cabling and junction boxes are set up for the new system. Additionally, the document specifies safety protocols for demolition, particularly regarding existing lead-based paint, and the need for utility location. The contractor is responsible for adhering to specific technical and safety requirements throughout the project. The overall objective is to upgrade the communication capabilities at the site, maintaining safety and compliance with government standards. This project is crucial for enhancing air-ground communication infrastructure essential for operational effectiveness in air traffic management.
    The document outlines the scope of work for the Remote Communications Air/Ground (RCAG) site located in Fredericksburg, Texas. The primary objective is to demolish the existing towers and install a new 30-foot antenna tower with proper foundations and cabling, in compliance with FAA specifications. The contractor is responsible for all labor, materials, and equipment necessary for the project and must adhere to federal codes and safety regulations. Key requirements include obtaining FAA approval for all materials, coordinating shutdowns with local FAA personnel, and developing a comprehensive safety and security plan. Work is to be completed within six months during designated hours, with inspections conducted by an FAA Resident Engineer. Notably, the contractor must repair any damage caused during the project at their expense. The document also provides contact information for FAA representatives and outlines the remote location of the RCAG site. This project illustrates the federal government's commitment to ensuring safe and efficient communication systems for air traffic management, highlighting the importance of regulatory compliance and safety in infrastructure projects.
    The document pertains to the UIS Program Tower Replacement Project, managed by the Central Service Area under the Federal Aviation Administration (FAA). It outlines detailed engineering specifications and construction drawings for the replacement of Remote Communications Air-to-Ground (RCAG) towers. Key aspects include structural and material requirements for the antennas and foundations, engineering notes on excavation, and safety protocols for construction. The document emphasizes compliance with industry standards for tower design, including seismic and wind load specifications, material strength, and grounding arrangements for lightning protection. Excavation notes stress the importance of identifying underground utilities and ensuring safety during excavation and construction. Five main drawings are referenced, detailing the overall construction, electrical work, and specifics for antenna and helix junction box installations. The project's primary focus is on ensuring a safe and effective installation of communication infrastructure, aimed at enhancing operational capacity while adhering to regulations and safety standards.
    The Geotechnical Engineering Report prepared by Terracon Consultants, Inc. details subsurface exploration for the proposed ACE-3285 RCAG UIS COMM Tower Replacement in Fredericksburg, Texas. The report assesses soil conditions, groundwater presence, and foundation design alternatives for a self-supporting steel antenna tower, estimating a height between 40 to 80 feet. Key findings indicate a layer of dense to very dense clayey gravel overlaid on hard marl, with no groundwater encountered during drilling. Two foundation options are recommended: drilled shaft foundations or a mat foundation, with guidelines for site preparation, including structural fill types and necessary compaction methods. The report also addresses seismic classification, lateral earth pressures for retaining structures, and potential soil corrosivity, noting parameters essential for effective and safe construction. Terracon emphasizes the necessity of monitoring construction phases to ensure design assumptions hold true amid natural variations. Ultimately, this report serves to guide PTSI Managed Services in adhering to best practices for foundation construction and site management while complying with applicable regulations. Its detailed findings contribute to informed decision-making in the context of government RFPs and state projects.
    The FAA-T82 (FKB) RCAG-1800437 document outlines a construction project for a new communications tower at the Fredericksburg, TX Remote Communications Air/Ground (RCAG) site, including the demolition of two existing towers. The project specifies site requirements, including demolishing the current galvanized steel guyed towers and installing a new twelve-antenna mount platform at a height of 30 feet above ground level (AGL). Key tasks for the subcontractor include the installation of new communication cabling, junction boxes, and antennas, along with associated equipment that aligns with provided specifications. Lightning protection and maintenance provisions, such as an overhead awning, are also included in the design. The document also details cable runs, necessary supports, and requirements for compatible cabling and connectors to ensure proper installation and functionality. Overall, this solicitation serves as a critical guide for contractors, underscoring significant elements of the construction and installation process vital for maintaining effective communications at the RCAG site, demonstrating the federal commitment to enhancing infrastructure for air-ground communications.
    The document outlines wage determinations for building construction projects in Gillespie County, Texas, as specified under General Decision Number TX20240144, effective August 23, 2024. It indicates compliance with the Davis-Bacon Act, requiring minimum wage payments based on specific executive orders. For contracts initiated or renewed after January 30, 2022, wages must be at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. Different classifications of workers, their respective wage rates, and fringe benefits are detailed, with rules for contractors regarding submitting conformance requests for non-listed job classifications. The document also highlights the appeal process for wage determinations and worker protections, including provisions for paid sick leave under Executive Order 13706. To summarize, this file serves as a regulatory framework for contractor compliance, ensuring fair wage standards in public construction projects funded by federal or state sources. It emphasizes the government's commitment to protecting workers' rights and ensuring adherence to established wage rates according to recent legislation.
    The document outlines the General Decision Number TX20240149, detailing wage determinations for building construction projects in Hale County, Texas, governed by the Davis-Bacon Act. This act mandates minimum wage rates, which have been specified in accordance with Executive Orders 14026 and 13658. For contracts initiated or renewed after January 30, 2022, the minimum wage for covered workers is set at $17.20 per hour; for contracts between January 1, 2015, and January 29, 2022, the rate is $12.90. The wage determination includes classifications of workers along with their corresponding hourly rates and fringe benefits, such as those for asbestos workers, boilermakers, and carpenters. Additionally, it highlights provisions for paid sick leave for federal contractors under Executive Order 13706. The document explains the appeals process for wage determination disputes and categorizes wage rates as union rates, survey rates, or state-adopted rates. This summary serves to inform contractors and stakeholders about wage requirements and worker rights within the context of government-funded construction projects. Compliance with these regulations is crucial for ensuring fair labor practices and legal adherence.
    The U.S. Department of Labor's Form WH-347 serves as a payroll template for contractors and subcontractors involved in federally financed or assisted construction projects. While its use is optional, completion is mandatory for those contractors, as they are legally required to submit weekly payroll statements detailing wages paid to employees in accordance with the Copeland Act. This form facilitates compliance with federal wage and hour laws, specifically ensuring that laborers receive at least the prevailing wage rates mandated by the Davis-Bacon Act. Key components of the form include the recording of employee hours, rates of pay, gross earnings, and deductions, along with a signed "Statement of Compliance" confirming the accuracy of payroll records and adherence to wage regulations. Contractors must also declare that all laborers, including apprentices, are compensated appropriately, and any fringe benefits provided are in accordance with the contract stipulations. The form ultimately assists federal agencies in reviewing payroll submissions to verify proper wage payment and adherence to labor laws, with a notable emphasis on preventing fraud and promoting transparency in government contracting. This document underscores the federal commitment to fair labor practices within publicly funded projects.
    The document is a Contractor's Release form from the Department of Transportation, outlining the release of the government from liabilities under a specified contract upon payment to the contractor. It requires the contractor to provide the total amounts paid and payable. The release includes exceptions for specified claims, third-party liabilities not known at the time of signing, and patent-related reimbursements. The contractor agrees to comply with contract provisions, especially regarding patent matters and other claims interactions. The document concludes with witness lines and additional signing requirements for corporations. This form is essential in government contracting, ensuring legal protection for the government while setting clear terms for the contractor's obligations and rights regarding claims. It reflects standard practices in federal RFPs and contracts by establishing accountability and securing financial transactions within public service projects.
    The document outlines the requirements for a Bid Bond related to federal contracts, specifically under the Federal Aviation Administration (FAA). It specifies that a Bid Bond serves as a guarantee for the principal (the bidder) to fulfill their obligations if their bid is accepted. The document requires detailed information including the principal's name, type of organization, surety details, and the penal sum of the bond, which represents the maximum liability. Key conditions include the necessity for the principal to execute contract documents and provide required bonds after bid acceptance within specified timeframes. The surety commits to ensure the principal's obligations remain valid despite any extensions granted by the government for bid acceptance. Overall, this template document is crucial for ensuring accountability and compliance in bid submissions for federal projects.
    The document outlines the requirements for a payment bond, specifically for use in federal construction projects as mandated by the Act of August 24, 1935. It details the obligations and conditions binding the Principal and Surety(ies) to the United States government. The bond secures payment for labor and materials supplied during contract fulfillment and becomes void if the Principal makes timely payments to those who provided such labor or materials. The form collects essential information including organization type, state of incorporation, and surety details, and mandates proper signatures and seals. It also highlights compliance with the Paperwork Reduction Act, emphasizing that no response is required for information collections lacking a valid OMB Control Number. Lastly, it stresses the importance of properly executing the bond, with specifics on the necessary forms and corroborative documentation for sureties. This documentation is crucial for ensuring financial responsibility in government contracts, safeguarding against potential unpaid labor or material costs.
    The document outlines the requirements and structure for a Performance Bond necessary for government contracts. The Performance Bond serves as a guarantee that the Principal (the contractor) will fulfill their contractual obligations to the U.S. Government, including all terms, conditions, and agreements. If conditions are met, such as performance under the contract and payment of applicable taxes, the bond obligation becomes void. Key elements specified include the identification of the Principal and Sureties (the entities providing the bond), their business addresses, and legal status (individual, partnership, corporation, etc.). The document stresses the need for corporate sureties to be listed on the Department of the Treasury's approved list. Additional requirements detail the need for signatures from authorized representatives and corporate seals to validate the bond. The instructions included highlight the procedural aspects for completing the form, emphasizing the importance of compliance with the Paperwork Reduction Act. The document maintains a formal tone appropriate for government use, ensuring the legalities surrounding financial assurances in federal contracts are clearly articulated for potential contractors and sureties involved in government RFPs and grants.
    The solicitation document outlines a request for proposals (RFP) for a construction project initiated by the Federal Aviation Administration (FAA) with an estimated value of $1M - $2M. The project involves the demolition of old towers and the installation of new towers at two sites in Texas: Plainview and Fredericksburg. Specific requirements include providing all necessary labor, materials, equipment, and tools, adhering to the outlined Statements of Work (SOWs) and associated attachments. Offerors must submit sealed bids by the designated deadline, which are subject to various regulations including the provision of performance and payment bonds. The document emphasizes electronic submission for payment requests via the FAA's Delphi eInvoicing system, detailing the necessary documentation for reimbursement. Additionally, the contractor is required to comply with federal labor standards, including the Davis-Bacon Act. This solicitation highlights the FAA's commitment to enhancing aeronautical infrastructure while ensuring compliance with federal contracting regulations.
    Similar Opportunities
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for a Request for Information (RFI) regarding the assessment of the Crossett Flux scaffolding tower, which is owned by the U.S. Forest Service (USFS). The selected contractor will be responsible for a comprehensive evaluation, mapping, and structural analysis of the tower, ensuring compliance with national safety and engineering regulations, including OSHA standards and TIA-222 Rev. H guidelines. This assessment is crucial for determining the tower's viability for USFS use and identifying necessary maintenance efforts, with collaboration expected between the contractor, the FAA Logistics Center, and local USFS personnel. Interested parties can reach out to Raymond Lena at raymond.a.lena@faa.gov or Kristen Kendrick at kristen.n.kendrick@faa.gov for further details. The project will be funded by the FAA, and travel expenses will be reimbursed according to federal regulations.
    IIJA FUNDED - MAF ATCT HVAC MODERNIZATION
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the modernization of the Midland International Air and Space Port Airport Traffic Control Tower (ATCT), focusing on the replacement of HVAC systems, roofs, fire alarm systems, electrical panels, and lightning protection systems. The project, estimated to cost between $2 million and $7 million, aims to enhance the operational efficiency and safety of the ATCT, ensuring compliance with current standards while minimizing disruption to ongoing FAA operations. Interested vendors are encouraged to submit capability statements detailing their relevant experience by February 27, 2025, as this initiative is part of the FAA's commitment to infrastructure improvement and safety. For further inquiries, vendors may contact Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    Newark, NJ - FOTS Fiber Optic Transmitting System
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the procurement of a Fiber Optic Transmitting System in Newark, New Jersey. This project falls under the category of commercial and institutional building construction, with a focus on the construction of electronic and communications facilities. The successful contractor will play a crucial role in enhancing communication infrastructure, which is vital for the operational efficiency of aviation services. Interested small businesses are encouraged to reach out to Jennifer Perry at jennifer.l.perry@faa.gov or call 405-954-7853 for further details, while Janice K Hammonds is available at janice.hammonds@faa.gov or 405-954-7705 for additional inquiries.
    Antenna Tower
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NAVAIR Warfare Center Aircraft Division, is seeking contractors for the procurement of an Antenna Tower. This presolicitation opportunity falls under the NAICS code 334290, which pertains to Other Communications Equipment Manufacturing, and involves the provision of miscellaneous prefabricated structures as indicated by the PSC code 5450. The Antenna Tower is crucial for enhancing communication capabilities within military operations, underscoring its strategic importance. Interested parties can reach out to Danielle Russo at danielle.m.russo4.civ@us.navy.mil or by phone at 240-587-2438 for further details regarding the procurement process.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals from small businesses for the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Control Center in California. The project, funded under the Bipartisan Infrastructure Law, requires comprehensive design-build services, including safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations, adhering to local building codes and safety regulations. This initiative is crucial for enhancing infrastructure while ensuring compliance with safety standards and operational continuity for FAA personnel. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov, with the estimated project value ranging between $100,000 and $250,000.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    Newark, NJ - FOTS Fiber Optic Transmitting System
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Newark, NJ - FOTS Fiber Optic Transmitting System project. This procurement involves the construction of two new duct bank sections to enhance existing electrical infrastructure at Newark Liberty International Airport, requiring extensive coordination with FAA personnel and adherence to strict safety and compliance standards. The project is crucial for maintaining and improving airport operations while ensuring the integrity of electrical systems, with contractors expected to follow detailed specifications and documentation processes throughout the construction phase. Interested parties can contact Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov for further information, with the project being set aside for small businesses under the SBA guidelines.