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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking 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 pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    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.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    GAOA Idaho Airstrip Back Country 2
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.