MYR TOWB Parking Lot Replacement
ID: 6973GH-24-R-00240Type: 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 qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Myrtle Beach International Airport's Air Traffic Control Tower (MYR ATCT) in South Carolina. The project, funded by the Bipartisan Infrastructure Law, requires contractors to provide all necessary labor, materials, and equipment while ensuring compliance with FAA regulations and local building codes. This renovation is crucial for enhancing airport facilities and operational efficiency, with an estimated contract value between $500,000 and $1 million. Interested contractors must submit sealed bids by November 8, 2024, and are encouraged to direct any inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739. A site visit is scheduled for October 23, 2024, to facilitate contractor understanding of the project scope.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for the design, fabrication, and installation of aluminum canopies, walkway covers, and metal awnings, as part of a federal or state/local government Request for Proposal (RFP). It emphasizes adherence to engineering design criteria including the International Building Code and the Aluminum Design Manual, specifying the need for certified shop drawings and product data submissions. Quality assurance procedures require manufacturers to have a minimum of five years’ experience and guarantee their products against defects for one year. Acceptable manufacturers are listed, with provisions for equivalent systems by other suppliers under certain conditions. The installation guidelines dictate precise erection methods to ensure structural integrity and proper drainage, while cleanliness and protection measures are mandated during and after installation. The document serves as a comprehensive directive aimed at ensuring high-quality construction standards and safety compliance for municipal or publicly funded projects related to aluminum canopy installations, reflecting standard practices observed in government project proposals.
    The document is a Bid Bond form under the jurisdiction of the Federal Aviation Administration (FAA), governed by OMB Control No. 2120-0595, which specifies the obligations of parties involved in federal contracting. It outlines the requirements for a bidder (Principal) and their Surety, who collectively guarantee that the bidder will enter into a contract and provide necessary bonds upon acceptance of their bid by the government. Key aspects include: the execution date of the bond, identification of the Principal's legal name and address, type of organization, surety details, bid identification, penal sum of the bond, and conditions that make the obligation void. These conditions are tied to timely execution of contractual documents and any obligations concerning the government's costs if the bidder fails to proceed. The document serves to protect the government's interests by ensuring that contractors adhere to bidding regulations. It emphasizes the importance of responsibility in federal contracting processes, ensuring that participants understand their obligations and the possible financial implications of failing to fulfill their responsibilities.
    The document presents the Federal Aviation Administration (FAA) specifications for asphalt paving, detailing the materials, methods, and quality assurance measures required for the execution of asphalt paving projects. It includes provisions for cold milling, hot-mix asphalt patching and paving, surface treatments, and pavement-marking. Key sections outline definitions, submittal requirements, quality assurance standards for manufacturers and installers, and project conditions related to weather limitations and environmental factors impacting asphalt application. The specifications emphasize the need for proper materials, including aggregates, asphalt binders, and auxiliary materials, all complying with established ASTM and AASHTO standards. Procedures for surface preparation, patching, asphalt placement, compaction, and marking are thoroughly described to ensure consistent and high-quality results. The document also sets performance metrics, including tolerances for pavement thickness and smoothness, and mandates the use of testing agencies for quality control. Overall, this document underscores the FAA's commitment to maintaining high standards in asphalt paving, ensuring safety, durability, and compliance with state and federal regulations within government-funded projects. It serves as a guideline to contractors bidding on federal grants and RFPs for asphalt-related work.
    The document outlines the Federal Aviation Administration (FAA) standards for cast-in-place concrete as of July 2020, specifically for the Eastern Service Area. It details specifications for materials, design mixtures, placement methods, and quality assurance for various concrete applications such as footings, foundation walls, and slabs-on-grade. Key areas include requirements for cementitious materials, steel reinforcement, formwork, and product certifications. It emphasizes submittals like design mixtures, shop drawings, and qualification data for installers and manufacturers. Quality assurance is a significant focus, requiring ACI certification for personnel and compliance with ASTM standards. The document also provides detailed procedures for concrete mixing, finishing, joint formation, and surface repairs, and stresses the importance of protecting and curing freshly placed concrete. As part of the FAA's RFPs and grant processes, these standards ensure compliance with industry norms and prioritize safety, durability, and functionality in construction projects related to aviation infrastructure.
    The document outlines specifications for a road construction project involving various asphalt and concrete components. It specifies the application of a bituminous tack coat and the installation of a 6-inch Portland cement concrete layer, including WWF reinforcement. The existing subgrade will undergo scarification and proof rolling, followed by the placement of a 4-inch compacted graded aggregate base course and the necessary prime coat. The specifications emphasize proper subgrade preparation, requiring it to be compacted to 95% of the modified Proctor value, and detail the required thicknesses for bituminous surface and intermediate courses, which range from 1.5 to 2 inches depending on the duty class. Additionally, the document references relevant specifications for aggregate base and grading practices, ensuring compliance with engineering standards. This comprehensive technical guide is essential for executing the construction work while adhering to established engineering norms, crucial in fulfilling project requirements set forth in government RFP processes.
    The document outlines the Federal Aviation Administration's (FAA) specifications for concrete paving in the Eastern Service Area as of December 15, 2009. It details various aspects of the project, including requirements for materials, quality assurance, and execution methods for exterior cement concrete pavements. Key components include definitions of cementitious materials, submission guidelines for product data, design mixtures, and quality assurance certifications for manufacturers and testing agencies. The specification mandates specific concrete mixture designs, including compressive strength requirements, water-cement ratios, and the use of certain additives to improve performance. It also provides guidelines for the preparation of subgrades, placement of concrete, joint formation, finishing techniques, and curing methods. The purpose of the document is to ensure that concrete paving projects meet FAA standards for durability, safety, and performance. It serves as a regulatory framework for contractors seeking government contracts, ensuring compliance with federal guidelines that safeguard both public infrastructure and environmental conditions. The structured approach emphasizes quality control and adherence to best practices throughout the paving process.
    The document provides navigational instructions for accessing a site in Myrtle Beach, SC, specifically the Tower outer gate at the intersection of Emory Rd. and Tower St. Due to street closures, travelers should adjust their route accordingly. It specifies that those traveling south on Highway 17 must make a U-turn at Farrow Parkway, while northbound travelers are to take a right onto Shetland Lane. After reaching Emory Rd., turning left will guide drivers to the outer gate. Upon arrival, visitors are instructed to press a call button at the ATCT gate and identify themselves as being there for Tech Ops. These directions are crucial for ensuring smooth access to the facility amidst ongoing changes in the area. The document reflects the logistical considerations relevant to government operations involving infrastructure access and site management.
    The document appears to be a fragmented file related to federal and state RFPs (Requests for Proposals) and grants without any discernible main topic or specific content detail due to its incoherent structure. It seems to lack structured information—key points, supporting details, or a logical flow—thus making it challenging to extract any significant insights relevant to government proposals or funding opportunities. The absence of meaningful text may indicate corruption or incorrect formatting of the file. Consequently, the document does not provide coherent data typically sought in government RFPs, such as project objectives, eligibility criteria, submission guidelines, or funding specifics, rendering it ineffective for analysis within the context of governmental procurement processes.
    The document outlines a series of construction and maintenance tasks proposed for a parking area, focusing on improving the infrastructure's safety and functionality. The key tasks include extending asphalt, raising three existing manholes to match the current grade, and replacing eighteen light poles. Additionally, the plan involves removing vegetation and installing geotextile material with stone for erosion control, along with replacing damaged precast wheel stops, cleaning, and painting existing stops. New concrete pads are to be installed for motorcycle parking, and a prefabricated concrete downspout diffuser is to be erected to prevent erosion from the fire pump drain. The coordination with the Contracting Officer's Representative (COR) regarding the replacement of specific wheel stops is emphasized. Overall, the document serves as a detailed proposal in response to a local/state RFP aimed at enhancing the structural integrity and aesthetic appeal of the parking lot while ensuring safety measures are addressed.
    The statement of work outlines the requirements for refurbishing and replacing the parking lot, curbs, gutters, and sidewalks at Myrtle Beach International Airport, South Carolina, as part of the FY2023 BIL Project. The contractor is responsible for providing all necessary labor, materials, and equipment, complying with FAA regulations and local building codes. Key tasks include conducting site surveys, submitting project schedules, and obtaining relevant permits. The scope includes hardscape replacement, drainage improvements, and the installation of modern LED lighting. The contractor must ensure minimal disruption to airport operations during the project, maintain site cleanliness, and repair damages at no extra cost to the government. The FAA will oversee project activities and review submittals, ensuring adherence to safety and operational standards. Overall, this renovation aims to enhance facilities while ensuring compliance and operational efficiency at the airport.
    The document pertains to the MYR TOWB Parking Lot Replacement project, specifically focused on gathering experience information from potential contractors involved in the bidding process. It provides a structured form for contractors to detail their qualifications, including their name, address, contract details, project title, and a comprehensive description of their role and responsibilities in similar past projects. Additionally, it requires contact information for the project owner or project manager to facilitate further communication. The intent of this document aligns with federal and state procurement processes, emphasizing due diligence in evaluating contractor experience and ensuring transparency and accountability in the selection process for public works projects. Such documents play a crucial role in maintaining responsible use of government funds by ensuring that selected contractors have a proven track record in similar projects.
    The document outlines a Performance Bond required for federal government contracts, ensuring that a Principal (contractor) and Surety signatories commit to fulfilling the contract terms and obligations. The bond serves as a guarantee for the Government, stipulating that should the Principal fail to execute their contractual responsibilities, the Surety will be liable to cover the penal sum specified. The Principal's obligations include performance of the contracted tasks and compliance with tax regulations related to the project as mandated by the Miller Act. The form provides essential instructions for completion, including requirements for corporate seals, individual surety affidavits, and the necessity for authorized signs. Furthermore, only corporate sureties on the U.S. Treasury's approved list can provide guarantee. The document emphasizes procedural compliance to ensure legitimacy and uphold the financial assurances detailed within. This Performance Bond is critical for transparency and security in federal procurement processes, underscoring the government's effort in safeguarding its interests in contract executions across federal grants and state/local RFPs.
    This document serves as a legal framework for a payment bond under the federal government, specifically aligning with the requirements set forth by the Act of August 24, 1935. It outlines the responsibilities of the Principal and Surety(ies) to ensure payment for labor and materials related to a specified contract. The form requires the identification of the organization type, state of incorporation, details of the Surety(ies), and the specified penal sum for the bond. It includes instructions for filling out the form, such as the need for corporate seals and authorized signatures, as well as the requirement for individual sureties to provide additional documentation. The bond's obligation is void if the Principal fulfills payment obligations to those providing labor and materials for the contract. Additionally, the document references compliance with the Paperwork Reduction Act, affirming that a federal agency must have a valid OMB Control Number during information collection. The estimated response time for completing this form is about 25 minutes. Overall, the purpose of this document is to ensure financial responsibility and compliance regarding contracts in federal RFPs, federal grants, and state/local RFPs.
    The document outlines a federal solicitation for a construction project, specifically the refurbishment of a parking lot, curb, gutter, and sidewalk at Myrtle Beach, South Carolina, with an estimated cost between $500,000 and $1,000,000. The contracting authority, the FAA Aeronautical Center, requires potential contractors to submit sealed bids by November 8, 2024, and mandates a site visit on October 23, 2024. It specifies the need for performance and payment bonds, acknowledges the rights and obligations of involved parties, and integrates several clauses addressing requirements, inspections, contractors' responsibilities, and compliance with federal regulations. The contractor is expected to provide all necessary labor, materials, and equipment to fulfill the scope of work defined in an attached statement of work. The project aims for completion 90 days post-notice to proceed, ensuring that all work aligns with the FAA's standards and safety regulations. The document emphasizes various compliance requirements, including payment procedures, performance guarantees, and clauses that govern contractor conduct and accountability throughout the contract's lifespan. This solicitation illustrates the government's commitment to maintaining infrastructure while ensuring transparency and adherence to legal frameworks in federal contracting.
    The document outlines specifications for the construction of ADA-compliant concrete sidewalks and ramps, including curb and gutter details, intended for a federal or state/local infrastructure project. Key features include detectable warning strips, preformed joint fillers, drainage slopes, pavement thickness, and various concrete detail requirements. It specifies the use of materials and construction techniques that adhere to federal standards, ensuring accessibility for individuals with disabilities. The design emphasizes crucial safety and usability aspects while detailing joint sealing, surface treatments, and material densities for long-lasting durability. The project includes comprehensive guidelines for excavation, backfilling, and making sure surfaces meet density requirements during installation. This technical document serves as a foundation for potential contractors to understand the project requirements, suggesting a focus on compliance with ADA regulations and state/local construction standards, aiming for enhanced public accessibility and infrastructure quality.
    The Federal Aviation Administration (FAA) has issued detailed instructions for submitting reports under the Bipartisan Infrastructure Law (BIL). The reporting framework consists of five key tabs: Contractor Information, Buy American, Environmentally Friendly Practices, Subcontracting, and Jobs Creation. Each tab requires specific data concerning the prime contractor, project locations, and financial obligations. Contractor information must include contact details, socio-economic status, contract identifiers, and total obligated amounts. Follow-up tabs require entries for non-domestic products, energy-saving initiatives, subcontracting dollars awarded by socio-economic category, and the number of jobs created as full-time equivalents. Each project is tracked via Job Control Numbers (JCN). The purpose of these reporting requirements is to ensure compliance with federal mandates regarding transparency, economic impact, and adherence to domestic sourcing. These guidelines support the broader context of federal grants and RFPs, aiming to promote accountability and assist in managing public funds effectively. Overall, the instructions emphasize the importance of detailed tracking of expenditures and project outcomes to fulfill BIL commitments.
    The document outlines the wage determination for heavy construction projects in Horry County, South Carolina, as mandated under the Davis-Bacon Act and relevant Executive Orders. It details applicable minimum wage rates based on specific contract dates—a minimum of $17.20 per hour for contracts entered or renewed after January 30, 2022, and $12.90 per hour for those awarded between January 1, 2015, and January 29, 2022. The document lists various job classifications and their prevailing wage rates, which include specific information about ironworkers, carpenters, laborers, and operators, among others. It also discusses provisions for additional classifications needed for emerging work requirements and outlines the wage determination appeals process for stakeholders. This document connects to federal RFPs and grants as it ensures compliance with wage requirements for federal contract work, providing clear guidelines on worker compensation and protections mandated by the government. Adherence to these mandates is vital for ensuring fair labor practices in federally funded projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. The project aims to enhance the airport's infrastructure, ensuring compliance with federal standards and improving accessibility for all users, including adherence to 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 October 18, 2024, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Air Traffic Control Tower (GNV ATCT) in Gainesville, Florida. The project aims to enhance site accessibility and functionality, including the installation of new infrastructure such as a gravel base, asphalt pavement, concrete sidewalks, and a loading dock, while ensuring compliance with federal standards and safety protocols. This initiative is funded by the Bipartisan Infrastructure Law (BIL) and is subject to specific reporting requirements, with an anticipated contract value between $250,000 and $500,000. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further information.
    Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, ME
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, Maine. This project involves significant upgrades to the HVAC systems, including the replacement of chillers, boilers, and the Building Automation System, as well as enhancements to fire and life safety systems, all while ensuring minimal disruption to airport operations. The selected contractor will be responsible for adhering to federal regulations and maintaining operational continuity during construction, with an estimated project cost between $2 million and $4 million. Interested parties must submit proposals by November 29, 2024, and can direct inquiries to Ms. Joni Haynes or Erin Crabtree via email.
    ***BIL FUNDED*** MARKET SURVEY TO REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE NORWOOD MEMORIAL AIRPORT (OWD) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified sources for replacing multiple HVAC units and repairing the roof at the Norwood Memorial Airport Air Traffic Control Tower facility in Massachusetts. The project aims to install a new 7.5-ton packed rooftop HVAC unit, a packaged terminal air conditioner, and electric unit heaters, while ensuring minimal disruption to air traffic operations and compliance with safety and operational guidelines. The estimated project cost ranges from $260,000 to $355,000, with a completion period of 60 calendar days, and responses to the market survey are due by 4:00 p.m. Central Time on October 25, 2024. Interested vendors should submit their statements of interest and capabilities electronically to Stephen Branch at stephen.n.branch@faa.gov, marking documents as proprietary as necessary.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. The project aims to enhance existing safety systems to comply with federal safety standards, including the installation of a new fire alarm system, upgrades to fire suppression systems, and installation of fire-rated doors. This initiative is crucial for maintaining operational integrity and safety at the airport, with an estimated construction budget between $500,000 and $1,000,000. Interested contractors must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, and can direct inquiries to Mark Salum at mark.salum@faa.gov or by phone at 206-231-3016.
    Replacement of the Sewage Lift Station and 2" Water Main & 3" Force Main Project- Montgomery Air Traffic Control Tower, Montgomery Regional Airport, Montgomery, AL
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the Replacement of the Sewage Lift Station and the 2" Water Main & 3" Force Main Project at the Montgomery Air Traffic Control Tower, located at Montgomery Regional Airport in Alabama. This project aims to replace existing infrastructure to ensure compliance with FAA regulations while maintaining uninterrupted operations during construction, utilizing trenchless pipe bursting methods and high-density polyethylene (HDPE) materials. The successful contractor will be responsible for all aspects of the project, including site assessments, obtaining necessary permits, and ensuring adherence to safety and environmental regulations. Interested vendors must submit their capability statements by October 18, 2024, to Regina Singleton at regina.singleton@faa.gov, with the formal Request for Proposals anticipated to be issued in October 2024.
    Amendment 0003: 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 seeking qualified contractors 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 associated equipment, 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 regulations and safety standards in a critical operational environment. 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.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and management to complete the work in accordance with the attached Statement of Work and federal regulations. This opportunity is set aside exclusively for small businesses, with a budget range between $25,000 and $50,000, emphasizing the importance of enhancing infrastructure for air traffic safety. Proposals are due by email by October 21, 2024, at 2 PM CST, and interested parties should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further information and to RSVP for a site visit scheduled for October 8, 2024.
    FY25 South Carolina MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice for the FY25 South Carolina Multiple Award Task Order Contracts (MATOC) aimed at construction services to support the McEntire Joint National Guard Base in Eastover, South Carolina. The procurement seeks to identify small business concerns, including 8(a), HUBZone, Small Disadvantaged Business, and Service-Disabled Veteran-Owned Small Businesses, capable of performing a range of construction tasks such as renovations, HVAC installations, plumbing, and site work, with individual task orders valued between $2,000 and $7.5 million. Interested firms must demonstrate their qualifications and experience in similar projects, and submissions are due by the specified deadline, with a total contract value not exceeding $49.5 million over a potential five-year period. For further inquiries, contact 2Lt Badri Francis at badri.francis.1@us.af.mil or Jonathan Bailey at jonathan.bailey.28@us.af.mil.