Refurbishment of TRACON Facilities at Canton, OH and Mansfield, OH
ID: 697DCK-24-R-00488Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)
Timeline
    Description

    The Federal Aviation Administration (FAA) seeks experienced contractors for the refurbishment of its Terminal Radar Approach Control (TRACON) facilities in Canton and Mansfield, Ohio. The project involves extensive renovation work, including selective demolition, electrical upgrades, and new construction, with a focus on enhancing infrastructure and functionality. Offerors must provide detailed pricing and adherence to stringent specifications and drawings.

    The FAA prioritizes timely execution, with completion within 30 days of notice, and encourages competition by allowing multiple manufacturers for most items. With an estimated construction magnitude of up to $1 million, the project requires specialized labor, including skilled trades such as carpenters and electricians, adhering to predetermined wage rates.

    Interested parties can find key information, site visit details, and submission deadlines in the attached documents, with requests for information to be submitted by August 20th, 2024. Ron Hubrich is the main point of contact for the project.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks to procure construction services for a terminal renovation at the Akron-Canton Regional Airport. The objective is to convert an existing TRACON room into a functional space, incorporating demolition, electrical work, and new construction. Key requirements include asbestos abatement, new flooring, and the installation of kitchen appliances, furniture, and lighting fixtures, with a focus on acoustic attenuation. The scope entails coordinating with airport staff and maintaining operational areas during construction. Contract details are not explicitly mentioned, but the project seems extensive, requiring multiple disciplines. Key dates are not provided, but the document's issue date is September 15, 2022. Evaluation criteria center around the contractor's ability to adhere to detailed technical specifications, including code compliance, materials selection, and coordination with airport operations.
    The government agency seeks engineering and construction services for a terminal conversion project at the Mansfield Lahm Municipal Airport. The procurement primarily involves comprehensive renovations to the terminal's mechanical and electrical systems. This includes demolition and the installation of new mechanical equipment, ductwork, and piping, adhering to strict technical specifications. The electrical work encompasses demolition, upgrades, and new installations, focusing on power distribution, lighting, and communication systems. Key requirements include coordinating with existing site conditions, complying with safety and regulatory standards, and maintaining operational areas during construction. The procurement also includes providing detailed facility panel schedules and lighting fixture details. Vendors will be evaluated based on their ability to meet these technical requirements, with additional consideration given to cost and project timelines. Key dates and contract details are imminent and will be outlined in the full RFP document.
    The government agency issued Amendment 0001 to address critical questions from potential offerors regarding a solicitation for construction renovations. Notably, it clarifies that existing HVAC systems can remain operational during the project, phasing details will be determined on-site, and the contract period is flexible and can be extended if needed. The amendment also includes attachments and attendee lists for a pre-bid site visit, emphasizing the importance of acknowledging receipt and potential changes to submitted offers.
    The government seeks to procure comprehensive renovations for the Akron-Canton Regional Airport's air traffic control tower, encompassing selective demolition, carpentry, joint sealants, gypsum board partitions, and acoustical panel ceilings. The goal is to enhance infrastructure and improve functionality. For selective demolition, the focus is on removing specific building elements while retaining others, requiring careful coordination. This involves removing fire-suppression systems, plumbing, and HVAC components, with provisions for protecting adjacent areas. The carpentry work entails installing wood blocking, nailers, and sleepers, using preservative and fire-retardant treated lumber. Joint sealants are needed for interior joints, aiming for watertight and aesthetic seals. Gypsum board partitions, with varying thicknesses and fire-resistance ratings, will be installed for walls and ceilings, requiring joint treatment and finishing. Additionally, the project involves installing acoustical panel ceilings with high NRC and CAC ratings, direct-hung metal suspension systems, and matching edge moldings. Key dates are not explicitly mentioned, and evaluation criteria are only briefly touched upon, focusing on the installer's qualifications and product performance. The procurement process seems to encourage competition by allowing multiple manufacturers for most items.
    The state of Ohio seeks contractors for various building construction projects. The focus is on labor requirements, with detailed wage rates specified for numerous skilled workers. These include carpenters, electricians, power equipment operators, ironworkers, laborers, painters, plumbers, and more. The roles and responsibilities are outlined with corresponding union rate identifiers, survey rate identifiers, and state-adopted rate identifiers, along with associated wages. The contractors must adhere to minimum wage requirements outlined in Executive Orders 14026 and 13658, adjusted annually. Additionally, contractors must provide paid sick leave for their employees as outlined in Executive Order 13706. The procurement aims to engage specialized labor for construction projects, with strict wage guidelines and a comprehensive appeals process for wage determination disputes. Key dates include publication dates as of January 2024, and the decision effective date is August 29, 2014, with the potential for contract renewals or extensions.
    The state of Ohio has issued a general decision regarding wage rates for various construction workers and equipment operators working on building projects in Carroll and Stark Counties. The decision prescribes specific wage rates for different construction roles, effective from different dates ranging from 2014 to 2024. The rates are categorized into union rates, survey rates, and union average rates, with clear identifiers. This wage determination aims to establish fair and prevailing wages for these workers and ensures compliance with federal requirements. The decision also outlines a clear appeals process for challenges, starting with initial contact to the Branch of Construction Wage Determinations and progressing to higher authorities if needed. The process culminates with a final decision from the Administrative Review Board. This wage determination is connected to the Davis-Bacon Act and related executive orders, which set minimum wage requirements for federal contracts.
    The file details the requirements for a federal aviation administration project involving renovation and refurbishment of various airport terminal facilities in Ohio. The work scope encompasses transforming a TRACON into a break room and conference room, remodeling an ATCT kitchen, and performing mechanical, plumbing, and electrical upgrades. Contractors are expected to supply materials and labour while adhering to strict safety and convenience guidelines to minimise disruption to the travelling public. The project involves submitting detailed construction schedules, progress reports, and as-built information to the Contracting Officer and Contract Officer's Representative. This is alongside attending mandatory meetings and providing warranties and guarantees for the completed work, with strict guidelines on submittal formats and content. The RFP emphasises timely execution, with provisions for extensions and changes.
    The file details attendees and contacts for site visits related to a forthcoming procurement event. The list includes a mix of companies and individuals, with each entry featuring a primary contact person and their corresponding details. The companies range from B3 Solutions to 5 Star Maintenance, along with several others, each occupying a different geographical location. The purpose of these site visits seems to be related to inspections, facility management, or construction oversight, as indicated by the presence of attendees like Bodie Mechanical Services and Harris & Stewart Electrical. The list also reveals that the event has a federal government connection, likely centered around an FAA facility, with references to CAK, MFD, and FAA CAK sites. The visits include introductions and brief conversations with AT managers, suggesting a layer of oversight or evaluation during these inspections.
    The Federal Aviation Administration (FAA) issues a solicitation for regional acquisitions related to construction services. The primary objective is to procure comprehensive refurbishment services for two TRACON (Terminal Radar Approach Control) facilities, located in Canton and Mansfield, Ohio. The scope entails providing all necessary materials, supplies, and labor to execute a full refurbishment of these facilities, encompassing specific areas like locker rooms and kitchens. Offerors are required to submit prices for each contract line item, with a emphasis on direct and indirect costs, taxes, and miscellaneous charges. The requested services must adhere to detailed specifications and drawings attached in the solicitation's Section J, with the specifications taking precedence over the drawings. Critical dates include the submission deadline, marked as 30 days after the solicitation's issuance, and a mandated project completion within 30 days of the notice to proceed. The FAA seeks a single award for these services, emphasizing the importance of timely performance. The evaluation of offers will likely focus on the offered prices and the extent to which they conform to the specified requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    **BILL FUNDED** Replacing the Mechanical Room Flooring Power Services building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to replace the flooring in the Mechanical Room of the Seattle Air Route Traffic Control Center (ZSE) in Auburn, Washington. The project involves removing existing flooring, preparing the surface for a new low VOC epoxy coating, repairing cracks, and applying a new epoxy floor, with a completion timeline of thirty days following the Notice to Proceed. This initiative is part of the FAA's commitment to maintaining infrastructure while ensuring operational integrity and safety, backed by funding from the 2022 Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further inquiries. The estimated budget for this project ranges from $1,000,000 to $1,500,000, with a mandatory site visit scheduled for September 9, 2024.
    QXS ARSR HVAC Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) seeks bids for the QXS ARSR HVAC Replacement project, a small business set-aside contract with an estimated value of $250,000-$500,000. The project involves demolishing and replacing the HVAC system at the Andrews (QXS) Long Range Radar site in Texas while ensuring minimal disruption to the operational facility. Offerors must demonstrate their ability to coordinate complex projects, adhere to strict safety standards, and complete the work within a brief 45-day period. This procurement reflects the FAA's commitment to maintaining reliable and safe facilities. The project entails removing old HVAC units and installing new, efficient equipment, including two 15-ton packaged units and associated components, adhering to detailed specifications and drawings. With a firm fixed-price contract, the FAA seeks a timely response with a stringent 45-day submission deadline. Interested vendors should reach out to the primary contact, Marc LeMay, via email for further details and clarification.
    Amendment 0002: 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 soliciting offers 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 updating the keying system, 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 guidelines, including the Buy American Act and Davis-Bacon Act. 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 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 crucial for enhancing infrastructure at the FAA Aeronautical Center, ensuring safety and functionality in air traffic operations. Interested contractors must submit proposals via email by October 7, 2024, and are encouraged to RSVP for a site visit scheduled for September 17, 2024, by contacting Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    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 an Instrument Landing System (ILS) as part of a Screening Information Request (SIR) for project RFP 693KA8-24-R-00024. The FAA aims to replace a MK1D ILS with an ILS-420 system at a general aviation airport located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This project is critical for enhancing aviation safety and infrastructure, involving phases such as site surveys, engineering design, construction, and flight inspection support over a four-year period, with an estimated budget of $1.7 million. Interested parties must submit their proposals electronically and direct all inquiries in writing to the designated contacts, Richard J. Simons and Haben Woldemichael, by September 10, 2024, to ensure compliance with the FAA's procurement standards.
    **BILL FUNDED** Refurbish Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to refurbish the Paint Power Services Building at the Seattle Air Route Traffic Control Center (ZSE) located in Auburn, Washington. The project involves comprehensive exterior maintenance, including pressure washing, preparation, and painting of all exterior metal surfaces, while adhering to safety and environmental regulations, with specific tasks such as waterproofing and encapsulating lead paint. This refurbishment is crucial for maintaining the operational integrity and safety standards of FAA facilities, with an estimated contract value between $1,000,000 and $1,500,000 and a performance period of 30 days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for September 9, 2024, and all inquiries directed to Joel Scott at joel.e.scott@faa.gov.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. This project aims to enhance safety and compliance with relevant safety codes, including OSHA and NFPA regulations, and involves the installation of new fire detection systems, modifications to existing fire suppression mechanisms, and other safety upgrades. The estimated construction budget for this project ranges from $500,000 to $1,000,000, with offers due by September 18, 2024, and a mandatory site visit scheduled for September 4, 2024. Interested contractors should contact Mark Salum at mark.salum@faa.gov for further details and must pre-register for the site visit by August 30, 2024.
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations within the Indianapolis District, including the Columbus Air Traffic Control Tower, Indianapolis Air Traffic Control Tower, and Indianapolis Air Route Traffic Control Center. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. Proposals are due by September 13, 2024, at 5:00 PM CST, and interested contractors must submit their proposals via email to the primary contact, Randie Thornton, at randie.n.thornton@faa.gov. Optional site visits are scheduled for August 29 and 30, 2024, with advance notice required for attendance.
    ARSR-4 Oscillator X2 Circuit Card Assembly
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is issuing a Request for Proposal (RFP) for the procurement of Oscillator X2 Circuit Card Assemblies, specifically designed for the Air Route Surveillance Radar model 4 (ARSR-4). The objective of this procurement is to replace obsolete components with new assemblies that meet stringent performance specifications, ensuring stable local oscillator frequencies critical for radar operations. This initiative is vital for maintaining and enhancing aviation infrastructure, reflecting the government's commitment to modernizing its surveillance systems. Interested contractors should submit their proposals to James Love at james.love@faa.gov, with an estimated contract value between $500,000 and $1,000,000, and performance expected to commence following award notification.
    Radio Frequency Power Calibrator
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking sources to procure 80 Radio Frequency (RF) Power Calibrators for use in the Terminal Doppler Weather Radar (TDWR) systems. The selected contractor will be responsible for manufacturing these units in compliance with strict performance specifications, including electrical and mechanical requirements as outlined in Raytheon's standards, and must provide test data to ensure functionality and reliability. This initiative is crucial for enhancing the safety and efficiency of the National Airspace System by ensuring accurate weather data transmission. Interested vendors must submit their capability statements and relevant certifications by September 9, 2024, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, as the FAA will use this information to determine the procurement method.