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
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    The document outlines the specifications for the installation of a new motorized vehicle gate, two-way video intercom system, and the relocation of a pedestrian gate at the Republic Airport Air Traffic Control Tower (FRG ATCT), Farmingdale, NY. The project aims to enhance security by integrating these new systems into existing site security protocols. Key tasks include demolition of existing gates, installation of a new vertical pivot gate and security hardware, as well as electrical conduit and wiring installation. The contractor is responsible for Labor, materials, and compliance with FAA standards and local regulations. All work must adhere to safety protocols, and the contractor must be qualified with a proven track record in similar installations. The project emphasizes the importance of minimal disruption to ongoing air traffic control operations and requires coordination with FAA personnel. The contractor guarantees workmanship for two years post-completion and must conduct a thorough clean-up of the work site after project completion.
    Lifecycle
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as milling and replacing asphalt, extending parking areas, and upgrading lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM). Interested parties must submit proposals by the specified deadline following a mandatory site visit on December 18, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    Selfridge ANG (Detroit MI) Electrical Installation
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of electrical service at Selfridge Air National Guard Base in Michigan, specifically for a Remote Surveillance System – Maritime (RSS-M) project sponsored by U.S. Customs and Border Protection (CBP). The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to install the electrical infrastructure, including a 100A 240 VAC single-phase fusible safety disconnect switch, grounding, and conduit, while adhering to all relevant regulations. This temporary installation is crucial for enhancing surveillance capabilities and will be removed as requirements change. Interested contractors must submit their quotations electronically by January 7, 2026, and can contact Raymond Lena at raymond.a.lena@faa.gov for further information.
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.