Flagger and Barricading Services
ID: 697DCK-25-R-00144Type: Solicitation
Overview

Buyer

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

NAICS

All Other Support Services (561990)

PSC

TRAFFIC AND TRANSIT SIGNAL SYSTEMS (6310)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 1, 2025, 12:30 AM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Flagger and Barricading Services at Gillespie Field Airport in El Cajon, California. The contractor will be responsible for transporting and erecting FAA-furnished barricades along taxiways during specified nighttime hours, as well as providing an airport flagger to manage traffic safely. This project is crucial for maintaining operational safety during construction activities related to the installation of a Precision Approach Path Indicator (PAPI), ensuring compliance with federal safety standards. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Elsa Gonzalez at elsa.gonzalez@faa.gov or call 562-221-1041.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 9:12 PM UTC
The U.S. Department of Transportation's Federal Aviation Administration (FAA) has issued Advisory Circular AC 150/5370-2G, which provides comprehensive guidelines for ensuring operational safety at airports during construction projects. It supersedes the previous version and is mandatory for projects funded under the Airport Improvement Program (AIP); adherence is recommended for non-certificated airports. Key elements include the development of a Construction Safety and Phasing Plan (CSPP), which must outline safety protocols, coordination with aviation authorities, and measures for protecting navigation aids. The document stipulates that airport operators are responsible for managing safety and ensuring compliance and outlines roles for contractors, tenants, and other stakeholders. Furthermore, it emphasizes risk management and the need for regular communications regarding construction activities and potential hazards. By promoting careful planning and coordination, the FAA aims to mitigate disruptions to aircraft operations and enhance safety during construction, ultimately prioritizing operational integrity at airports nationwide.
Jan 21, 2025, 9:12 PM UTC
This document is an amendment to the solicitation for Flagger and Barricading Services for the construction of a Precision Approach Path Indicator (PAPI) at Gillespie Field Airport in El Cajon, CA. Issued by the Federal Aviation Administration (FAA), Amendment 0001 modifies the previously issued solicitation by replacing Sections L and M with revised versions. It specifies that contractors must acknowledge receipt of this amendment prior to the offer submission deadline, using methods outlined in the document. The amendment ensures that the contract's terms remain in force despite the changes, facilitating the administration of the contract and adherence to federal procurement processes. This modification underscores the importance of maintaining clarity and compliance throughout the bidding and contracting phases, crucial for effective project execution.
Jan 21, 2025, 9:12 PM UTC
The document outlines Amendment 0002 for Contract ID 697DCK-25-R-00144 issued by the Federal Aviation Administration for Flagger and Barricading Services at Gillespie Field Airport in El Cajon, CA. The amendment addresses requests for information (RFIs) made by the offerors. Key details include the requirement for offers to acknowledge receipt of this amendment either by adjusting previously submitted offers or by acknowledging it via copies returned to the issuing office. The contract modification clarifies administrative changes and maintains the existing terms and conditions unless stated otherwise. The purpose of this amendment is to facilitate the support of constructing a Precision Approach Path Indicator (PAPI) for the runways at the airport while ensuring compliance with procurement processes and deadlines. Overall, the amendment emphasizes the significance of communication among stakeholders to effectively manage and execute the project.
Jan 21, 2025, 9:12 PM UTC
The document outlines specifications related to solicitation number 697DCK-25-R-00144 for the SEE 17 & 35 PAPI Project, particularly addressing flagger and barricading management requirements. The project is set to tentatively begin in mid-March 2025, with federal holidays observed during which no work will be conducted. The contractor is required to provide an airport flagger to manage traffic from 9 PM to 6 AM for a total of 29 shifts, ensuring only one aircraft taxis at a time. There are no limits on the number of vehicles for setup, provided drivers adhere to contract rules. Barricades can remain on trailers, and restroom facilities will be provided for flaggers at the contractor's discretion. It is clarified that OSHA10 certification is not required for construction roles, but personnel assigned to flagging must possess five years of relevant experience and a valid driver's license. Furthermore, substitutes for flagging personnel must also meet these criteria. This document serves as a formal response to questions about the requirement specifications, aiming to ensure clarity for bidders in compliance with government RFP guidelines.
Jan 21, 2025, 9:12 PM UTC
The document outlines the barricade layout and haul routes associated with a government project. Attachment 1 details the specific locations (A through O) where barricades are required, specifying the space lengths and the number of barricades needed at each site, totaling 112 barricades. The spaces vary in length, with the longest being 210 feet requiring 18 barricades, while the shortest sites require 5 barricades across 50 feet. Attachment 2 provides an schematic of the designated haul route, which includes relevant streets like Joe Crosson Drive, W Bradley Avenue, and Floyd Smith Drive, and notes the barricade storage area and airport entrance. This information is intended to guide planning and logistics for effective crowd and traffic control during the project, highlighting the importance of safety and organization in managing public works.
Jan 21, 2025, 9:12 PM UTC
The Customer Satisfaction Survey (CSS) for the Federal Aviation Administration (FAA) is designed to evaluate contractor performance by gathering feedback from clients regarding traffic management services. Respondents are asked to assess their satisfaction on various aspects, including overall service quality, timeliness of service, effectiveness of traffic measures, quality of barriers, clarity of traffic management systems, customization of solutions, communication throughout the process, and any safety or operational issues encountered. Each question allows for a rating from "Very Satisfied" to "Very Dissatisfied," accompanied by an open comments section for detailed insights. The survey plays a crucial role in the contractor selection process as part of the evaluation of past performance, reflecting the importance of customer feedback in federal contracting under RFPs and grants. Responses must be returned by a specified deadline to be considered in the evaluation criteria.
Jan 21, 2025, 9:12 PM UTC
The document appears to contain fragmented and heavily corrupted data, making it challenging to ascertain a coherent main topic or specific details. However, based on the recognizable patterns, it seems to relate to a government Request for Proposals (RFPs), potentially concerning grants or procurement processes at the federal, state, or local levels. Despite its garbled state, references to funding, compliance, safety, and procedural regulations suggest a focus on ensuring adherence to governmental standards in project implementations. Key ideas may include requirements for proper documentation, adherence to safety protocols, and guidelines for contractors and agencies involved in government-funded projects. The mention of specific technical terms and processes implies a structured approach to project management and accountability expected from respondents to these proposals. In summary, this document, while compromised, hints at addressing the frameworks and considerations necessary for governmental projects, likely focusing on the integrity and compliance mechanisms vital for public service initiatives. The necessity for clear procedures and accountability remains a central consideration in such RFPs, underscoring the broader importance of regulation in government funding and projects.
Jan 21, 2025, 9:12 PM UTC
The document outlines the submission requirements for a federal solicitation by the FAA, emphasizing the importance of providing comprehensive BUSINESS and TECHNICAL PROPOSALS. Offerors must submit an electronic copy of their proposal, including a cover letter, signed forms, pricing information, customer satisfaction surveys, and a detailed technical proposal illustrating compliance with the Statement of Work. Key evaluation factors include past experience, past performance through third-party surveys, and qualifications of key personnel. Specific criteria detail expectations, such as having completed at least two comparable contracts in the past three years, receiving high ratings on customer satisfaction surveys, and demonstrating personnel qualifications with documented experience. Additionally, the document specifies guidelines for questions, protests, and necessary clauses, underscoring the FAA's authority in interpreting the solicitation and resolving disputes. Overall, the aim is to ensure that proposals meet defined standards of quality and experience before contract awards are made. Compliance with all specified elements is critical, as failure to do so could result in proposals being deemed non-responsive.
Jan 21, 2025, 9:12 PM UTC
The document outlines the scope of work for Flagger & Barricading Management related to the SEE 17 & 35 PAPI project at Gillespie Field Airport. The contractor is responsible for transporting and setting up FAA-provided barricades along taxiways during specific nighttime hours, removing them by morning. Key requirements include using reflective barricades with specific dimensions, proper transportation protocols, and adherence to safety measures like yellow flashing lights on vehicles and training for personnel. The contractor must also provide an airport flagger with a minimum of one year of experience to manage traffic during the work hours. Additionally, there is an optional scope for pricing the purchase or rental of 125 low-profile barricades and 250 solar-powered hazard lights compatible with the barricades. All quotes must include a cut sheet for approval. This request for proposals (RFP) aligns with federal safety standards for airport construction projects, emphasizing operational safety during construction activities.
Jan 21, 2025, 9:12 PM UTC
The solicitation document outlines a request for proposals (RFP) for flagger and barricading services to support the construction of a Precision Approach Path Indicator (PAPI) at Gillespie Field Airport in El Cajon, CA. The contractor is required to provide services starting from January 2025, completing the work within 45 calendar days after receiving the notice to proceed. Two pricing options are sought: Option A for purchasing traffic management equipment and Option B for renting. Each option includes specific line items for pricing low-profile barricades and hazard lights, along with labor costs. The work involves adhering to strict operational hours and requirements for equipment and personnel, including training on airport operations. The contractor must also maintain insurance and comply with labor laws, including the Davis-Bacon Act. Overall, the document emphasizes the need for safety, regulatory compliance, and effective traffic management in the project supporting FAA-approved construction efforts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
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.
PKA-Vehicle Barrier Maintenance Amendment 0002
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base in California. The contract aims to ensure the operational efficiency of 27 vehicle barriers, including crash gates and bollards, through preventive maintenance, routine service calls, and emergency response, with a base year and four one-year options available. This procurement is crucial for maintaining security and functionality at the base's access points, reflecting the government's commitment to national security and operational readiness. Interested small businesses must submit their proposals by May 2, 2025, and can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
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 -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-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov.
Evansville, IN - Access Road Repair in Evansville, IN
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Access Road Repair project in Evansville, Indiana. Contractors are required to provide all necessary materials, labor, and supervision to repair the access road and parking area at the Evansville Regional Airport, adhering to specific safety and operational standards outlined in the attached documentation. This project is crucial for maintaining infrastructure integrity and operational continuity at the airport, with an estimated contract value between $50,000 and $100,000. Interested bidders must submit their quotes by May 2, 2025, and ensure compliance with registration in the System for Award Management (SAM) and INDOT certification, with further inquiries directed to Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@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.
SOLICITATION: GUY TENSIONING OF THE EDDY, RIVER FOREST, AND SUMATRA REPEATER TOWERS AT MULTIPLE NATIONAL FORESTS IN FLORIDA.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in Florida's National Forests. The project involves essential maintenance tasks, including guy system tensioning, minor repairs, and the installation of grounding systems to ensure compliance with safety standards and operational readiness. This procurement is critical for maintaining communication infrastructure vital for forestry operations, ensuring safety and functionality in the region. Interested small businesses must submit their proposals by April 28, 2025, with all inquiries directed to Stephen Branch at stephen.n.branch@faa.gov.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.