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 Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
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
Apr 21, 2025, 4:06 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.
Apr 21, 2025, 4:06 PM UTC
Apr 21, 2025, 4:06 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.
Apr 21, 2025, 4:06 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.
Apr 21, 2025, 4:06 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors 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 installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
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, through 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. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
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 contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This procurement is critical for enhancing safety and security at a vital air traffic facility, with a total small business set-aside and an estimated project cost under $50,000. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
IIJA: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
***IIJA FUNDED*** SOLICITATION: REPLACE DOORS AT THE POWER SERVICES BUILDING AT THE ZKC AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC) IN OLATHE, KS.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of doors at the Power Services Building (PSB) located at the ZKC Air Route Traffic Control Center (ARTCC) in Olathe, Kansas. This project involves a firm fixed-price contract for the complete removal and replacement of doors, frames, and hardware, with an estimated contract value between $120,000 and $160,000, and a completion timeline of 45 days following the Notice to Proceed. The solicitation is exclusively set aside for small businesses, emphasizing the importance of compliance with safety and environmental regulations throughout the construction process. Interested contractors must submit their proposals by May 19, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Pittsburgh International Airport (PIT) Refurbish Parking Lot and Sidewalk
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot and sidewalks at the Pittsburgh International Airport (PIT). The project encompasses the removal and replacement of concrete sidewalks, curbs, and gutters, as well as asphalt milling and resurfacing, and security fence repairs, all aimed at enhancing the airport's infrastructure and operational efficiency. This opportunity is set aside for small businesses, with an estimated contract value between $300,000 and $500,000, and proposals are due by May 21, 2025, with a mandatory site visit scheduled for May 9, 2025. Interested contractors should contact Rodgers Cox at rodgers.l.cox@faa.gov for further details and must comply with federal regulations, including wage determinations under the Davis-Bacon Act.
SOURCES SOUGHT: ELEVATOR REPAIR AND REFURBISHMENT LOCATED AT SYRACUSE INTERNATIONAL AIRPORT AIR TRAFFIC CONTROL TOWER (SYR-ATCT)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to express their interest in a contract for the repair and refurbishment of the elevator located at the Syracuse International Airport Air Traffic Control Tower. The project aims to modernize the elevator system, which includes installing a new traction control system, car leveling system, and refurbishing various components while ensuring compliance with safety regulations, including the Americans with Disabilities Act. This initiative is crucial for maintaining high operational standards and safety in air traffic facilities, with a contract expected to be awarded as a Firm Fixed Price (FFP) to the lowest price, technically acceptable bidder. Interested parties must submit their responses, including a capability statement and feedback on the draft Statement of Work, by the specified deadline to Josh Huckeby at joshua.d.huckeby@faa.gov.
6973GH-25-R-00093 - USFS GUY TENSIONING GOLDEN POND - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on USFS tower assets located at three sites: Winona, Golden Pond, and Cass Repeater. The project involves essential maintenance tasks such as tension adjustments, grounding installations, and corrosion control to ensure the operational integrity of communication infrastructures critical to federal operations. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits for a comprehensive understanding of the work required. For further inquiries, contact Tamara Maxwell at tamara.m.maxwell@faa.gov.
6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on identified U.S. Forest Service (USFS) tower assets located in Mississippi. The project involves installing new grounding systems, ensuring structural integrity through tensioning of guy wires, and adhering to safety standards such as TIA-222 Rev. H and NFPA 780. This procurement is crucial for maintaining reliable telecommunications infrastructure that supports USFS operations. Interested contractors must submit their proposals by April 29, 2025, at 4:00 PM CST, and direct any inquiries to Tamara Maxwell at tamara.m.maxwell@faa.gov.