Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
ID: 6973GH-25-Q-00069Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TRAINING FACILITIES (Z1BB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 5:06 PM UTC
The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for a firm-fixed-price construction contract focused on the removal and replacement of a gate and fence at the FAA’s facility in Oklahoma City. Contractors are required to provide all labor, materials, tools, and equipment needed to complete the project as specified in the Statement of Work (SOW). The completion timeline is set for 45 days post-notice to proceed. The RFQ emphasizes compliance with various regulations and includes stipulations regarding payment procedures, contractor responsibility certifications, and adherence to the Buy American Act for construction materials. It also requires bidders to confirm their status regarding federal tax liabilities and felony convictions, further establishing requirements for registration in the System for Award Management (SAM). The document serves as a formal solicitation for construction services, aiming to enhance security measures at the FAA facility while ensuring all works meet federal policymaking and safety requirements. The RFQ stresses timely responses and careful adherence to provided guidelines, with submissions due by a specified date to the designated FAA contact.
The document outlines the detailed plans for security gate modifications at Farmingdale (FRG) ATCT, Republic Airport, submitted by the Federal Aviation Administration's Liberty Systems Management Office. It presents existing and new site layout plans, emphasizing the installation of a new vertical pivot gate, pedestrian gate, and modifications to chain link fencing to secure the site effectively. Essential instructions emphasize protecting existing drainage structures, minimizing disruption to utility services, and maintaining site integrity during construction. The contractor is required to develop security plans for construction areas and to restore disturbed soil conditions to meet or exceed previous states. Specifications regarding concrete work, fencing materials, and electrical components are articulated, ensuring compliance with FAA standards and local codes. The plans signify an effort to enhance airport security and operational efficiency while safeguarding infrastructure and ensuring continuity of service. The document serves as a comprehensive framework for contractors involved in the project and aligns with government procurement and construction regulations.
Mar 20, 2025, 5:06 PM UTC
Mar 20, 2025, 5:06 PM UTC
The document outlines wage determination for construction projects in Ontario County, New York, under General Decision Number NY20250032, effective from February 28, 2025. It details applicable wage rates and classifications for workers in building, heavy, and highway construction, governed by the Davis-Bacon Act. Contractors must comply with minimum wage requirements specified by Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract dates and renewals. The document includes specific classifications and prevailing wage rates for various construction roles, such as carpenters, electricians, ironworkers, and laborers, along with specified fringe benefits. Additionally, there are provisions for worker protections, including paid sick leave per Executive Order 13706 and guidance on classification requests for unlisted job types. The file emphasizes compliance with federal contracting requirements, providing a resource for companies bidding on construction contracts and facilitating adherence to labor standards. It serves as a vital reference for understanding labor costs and responsibilities associated with governmental construction projects.
Mar 20, 2025, 5:06 PM UTC
The document serves as a contractor's release form utilized by the Department of Transportation, allowing a contractor to release the U.S. Government from any further liabilities under a specific contract in exchange for a stated total payment. The form outlines that, upon receipt of payment, the contractor relinquishes claims against the Government except for specified claims not yet disclosed, third-party claims that arise from contract performance, and certain patent-related costs. It also stipulates that the contractor must adhere to contract provisions regarding notification and legal procedures concerning undisclosed claims. The signature section requires two witnesses unless the contractor is a corporation, in which case a corporate secretary must affirm the authority and capacity of the signatory. This release is essential in ensuring that financial liabilities are cleared while still protecting the interests of the contractor regarding unreported issues.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. The project requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, responsive offeror. Interested parties must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Salt Lake City ARTCC (ZLC) Interim Service Building (ISB) Window Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of windows at the Interim Service Building (ISB) located at the Salt Lake Air Route Traffic Control Center in Salt Lake City, Utah. The project entails the removal of 50 existing sliding glass windows and the installation of new commercial-grade vinyl windows, adhering to specific performance standards and building codes. This initiative is part of the FAA's commitment to maintaining and upgrading its facilities to ensure operational integrity and safety. Interested small businesses must submit their proposals by April 18, 2025, and can direct inquiries to Contracting Officer Raymond Lena at raymond.a.lena@faa.gov.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
PKA - Repair Flightline Gates Travis AFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project involves a design-build contract focused on the repair and modernization of three flightline gates, including the demolition of existing components and the installation of new systems that comply with federal safety standards and local regulations. The estimated contract value ranges from $500,000 to $1 million, with a total small business set-aside, emphasizing the importance of supporting small enterprises in federal contracting. Interested contractors must submit sealed bids by 11:00 AM on April 15, 2025, and are encouraged to direct any inquiries to the primary contact, Karly Zamiar, at karly.zamiar@us.af.mil or by phone at 707-424-2014, by the deadline of March 17, 2025.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
Siding at FSD ATCT (Sioux Falls, S.D.)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "Siding at FSD ATCT" located in Sioux Falls, South Dakota. The procurement involves replacing the building envelope at the Sioux Falls Air Traffic Control Tower, which includes tasks such as removing existing vinyl siding, replacing windows with new double-pane casement windows, and installing insulated metal panel siding, among other requirements. This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with FAA regulations while minimizing disruption to airport operations. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196.