MYR TOWB Parking Lot Replacement
ID: 2401038Type: Presolicitation
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)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document appears to reference a range of government-related activities, including federal and state/local Requests for Proposals (RFPs) and grants. It involves various operational frameworks and compliance requirements essential for entities seeking to participate in these funding opportunities. A focus is placed on supporting grant applications through structured responses to RFPs, highlighting eligibility criteria and procedural specifics necessary for consideration. The document underscores the importance of adhering to established guidelines and presenting proposals that demonstrate capability and alignment with government objectives. The essential topics covered include application processes for grants, evaluation criteria, and compliance with regulations. The document discusses the competitive nature of securing government funds and the strategic planning required to develop successful proposals. Additionally, it emphasizes coordination among different stakeholders and the need for clarity and precision in submissions. Overall, the document serves as a critical resource for applicants aiming to navigate the complex landscape of government funding and outlines the expectations for proposals that effectively respond to RFPs while meeting federal and state guidelines.
    The document outlines a construction project aimed at upgrading an existing parking area and addressing erosion control measures. Key tasks include extending asphalt approximately 5' x 150', raising three existing manholes to match the current grade, and replacing eighteen parking lot light poles. Additional work involves removing vegetation, installing geotextile and stone to mitigate erosion, and replacing damaged precast concrete wheel stops—twenty of which require replacement out of a total of forty-seven. The project also encompasses the relocation of wheel stops during the addition of a new concrete pad for motorcycle parking. The document serves as a technical reference for contractors responding to a Request for Proposal (RFP) related to these improvements, emphasizing the importance of coordination and compliance in the execution of the outlined improvements.
    The Statement of Work outlines the refurbishment and replacement of Myrtle Beach International Airport’s parking lot, curbs, gutters, and sidewalks, funded under the FY2023 BIL Project. It details the contractor's responsibilities, including compliance with FAA regulations, local, state, and federal standards, and guidelines. Key components of the project include obtaining necessary permits, submitting project schedules, coordinating construction efforts while minimizing disruption to airport operations, and ensuring compliance with safety and environmental standards during the construction process. The contractor must also handle pre-existing site utilities sensitively, propose plans for controlling dust and debris, and conduct site mobilization in coordination with FAA personnel. Additional requirements include specifying materials and construction methods for hardscapes and effective drainage improvements. The FAA is tasked with site access, supervision, and document review. The document emphasizes strict adherence to standards, project specifications, and communication with FAA representatives throughout the project to ensure successful execution.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors to perform various exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT) in Utah. The project involves providing labor, materials, and equipment necessary for the repairs, which must be executed in compliance with detailed specifications and drawings provided in the solicitation documents. This procurement is crucial for maintaining the operational integrity and safety of air traffic control infrastructure, ensuring that the facility remains functional and secure. Interested vendors should note that the estimated contract value ranges from $100,000 to $200,000, with proposals due by September 19, 2024, at 12 PM MST. For further inquiries, potential offerors can contact Angela Layman at angela.layman@faa.gov.
    Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the renovation of Hanger 9 at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. The project involves extensive construction work, including the renovation of existing restrooms, upgrades to plumbing and lighting systems, enhancements for life safety and accessibility, and mechanical and plumbing modifications. This renovation is crucial for maintaining compliance with current FAA standards and improving the facility's operational efficiency. Interested vendors must submit their capability statements and relevant past project information by September 27, 2024, at 4:00 p.m. CT, to Andre Casiano at andre.casiano@faa.gov. Please note that this is not a request for proposals, and the FAA will not reimburse any costs incurred in preparing responses.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of Instrument Landing Systems (ILS) at general aviation airports in Kansas, Illinois, or Indiana. The procurement involves replacing a MK1D ILS with an ILS-420 system, with the FAA potentially awarding up to three individual contracts for this work. This project is critical for enhancing navigational safety and efficiency at the selected airports, reflecting the FAA's commitment to maintaining high standards in aviation infrastructure. Interested vendors must submit their proposals by the specified deadlines, with questions directed to Richard J. Simons and Haben Woldemichael via email by September 10, 2024. The total potential value of the contracts is estimated at $1.7 million, covering a base period of four months and five option periods not exceeding four years.
    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.
    Replace 2 HVAC Units at CLT ATCT in Charlotte, NC
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified small business HVAC contractors to replace two HVAC units at the Charlotte Air Traffic Control Tower (CLT ATCT) in Charlotte, North Carolina. The project requires contractors to provide all necessary labor, materials, supervision, and transportation, with a contract performance time of 14 calendar days following the issuance of the Notice-to-Proceed. This procurement is a Total Small Business Set-Aside, with an estimated contract value between $150,000 and $250,000, and the Request for Proposal Package is expected to be available in late September 2024. Interested contractors should submit their requests for the proposal package to Tony Bryant at Tony.W.Bryant@faa.gov by 5:00 PM (CST) in September 2024.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.