LIT ATCT, HVAC, Replace Boiler, Controls System
ID: 6973GH-25-R-00125Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls, ensuring that a fully operational cooling system is maintained throughout the installation process. This upgrade is critical for maintaining optimal environmental conditions within the facility, which is essential for air traffic control operations. Interested small businesses must submit their proposals by June 10, 2025, and can direct inquiries to Jason Perry at jason.m.perry@faa.gov. The estimated budget for this project ranges from $850,000 to $1,500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation relating to a federal procurement contract issued by the FAA Aeronautical Center. The primary purpose of this amendment is to extend the submission deadline for offers. Originally set for May 28, 2025, the new closing date is now June 10, 2025. The document emphasizes that aside from this deadline extension, there are no additional changes to the solicitation. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The document is structured into sections that include essential identifiers like contract ID, modification details, and administrative changes. It also specifies instructions for contractors on submitting amendments and acknowledges that all other terms of the solicitation remain unchanged and enforceable. This amendment facilitates participation in the procurement process by offering interested parties additional time to prepare and submit their proposals.
    The document outlines an amendment to a federal solicitation and contract modification, specifically addressing changes related to the Instrumentation and Control for LIT TOWB HVAC project under contract number 6973GH-25-R-00125. This amendment, effective on April 15, 2025, incorporates revision 01 to attachment 16 Att 03 230900 SF into the original solicitation. It specifies that no other modifications or changes will take effect apart from the attached revision. Interested parties must acknowledge receipt of this amendment prior to the submission deadline to ensure their offers are accepted. The document emphasizes the necessity for adherence to the stated procedures in submitting proposals, particularly through designated communication channels. Overall, the amendment is a formal update within the context of federal contracting and procurement processes, emphasizing transparency and compliance.
    The government solicitation outlines an invitation for bids for a construction project, specifically the removal and replacement of HVAC units and a boiler at a Federal Aviation Administration (FAA) facility in Little Rock, Arkansas. The project has an estimated budget between $850,000 and $1,500,000 and is set aside for small businesses. A site visit on May 7, 2025, is mandatory for interested contractors, which requires prior RSVP. Proposals must be submitted by May 28, 2025, and will be evaluated based on demonstrated compliance with the scope of work, adherence to safety regulations, and completion timelines within 180 days post-award. The contract includes provisions for performance bonds and payment structures, with stipulations for inspection, warranty, and compliance with federal regulations. The document emphasizes strict adherence to technical requirements, project timelines, and communication protocols throughout the bidding and execution processes, reflecting the FAA’s commitment to high standards in public contracting and infrastructure maintenance.
    The Federal Aviation Administration (FAA) is soliciting proposals for the replacement of HVAC units, the boiler, and the control systems at the Little Rock Air Traffic Control Tower (LIT ATCT). The project involves removing and replacing three 15-ton split HVAC systems and two 5-ton split units, along with their condensers and control technologies, ensuring a fully operational system during the installation phase. A robust temporary cooling solution must maintain temperatures between 65-75°F throughout the construction. The selected contractor is responsible for refrigerant disposal, adhering to regulations, and ensuring safety and coordination with FAA personnel to avoid operational disruptions. The work includes installing a new boiler, underfloor leak detection systems, and control mechanisms, requiring appropriate permits. The contractor must follow a comprehensive workflow, maintain site security, and manage all logistics related to the installation. Additionally, they are expected to train FAA personnel on system operations post-installation. An acceptance inspection will confirm that all contractual obligations have been met. This RFP reflects the FAA's commitment to maintaining operational integrity and compliance while upgrading facilities that are crucial for air traffic control services.
    The provided document appears to be an architectural floor plan and room schedule for a facility at Little Rock National Airport, overseen by the Federal Aviation Administration (FAA). The key focus is on design specifications, dimensions, and function allocation for various rooms within the structure, such as administrative offices, training rooms, and operational spaces. Detailed measurements are provided for each area, along with indications for equipment and structural elements, adhering to federal guidelines. Furthermore, the document includes visual representations of the space layout highlighting key features like doors, corridors, and specialized rooms (e.g., for electronic equipment). The floor plan is pivotal for understanding the planned use of space to enhance operational efficiency and ensure compliance with aviation standards. The intricate details, including notes and annotations, suggest careful consideration for utility and accessibility, ensuring the facility meets necessary regulatory requirements. Overall, this document serves as a critical piece in the airport's infrastructure planning and management by establishing a clear framework for construction and future utilization.
    The document outlines the requirements for the installation of a Schneider Electric EcoStruxure Smart X HVAC control system at the Lit Towb facility. The contractor is tasked with replacing existing HVAC controls with a system capable of managing and expanding to cover all HVAC systems in the facility. The initial installation focuses on specific Liebert Units, requiring new sensors, wiring, and a computer interface with appropriate software. Key activities include submitting product data, schematic diagrams, and quality assurance standards, ensuring compliance with relevant codes. The control system must include modular units capable of standalone operation and comprehensive monitoring functionality. Installation guidelines emphasize verification of component placement and the proper execution of electrical and control connections. Quality control involves rigorous testing, calibration, and operator training to ensure system functionality and reliability. The purpose of this document aligns with government RFP processes, indicating a structured approach to upgrading HVAC systems, enhancing energy efficiency, and meeting compliance standards in federal and state projects.
    This document outlines the specifications and requirements for the installation of the Schneider Electric Ecostruxure Smart X system for HVAC controls within FAA facilities. It establishes Ecostruxure as the standardized environmental control system for the FAA, emphasizing streamlined operations and reduced costs through single-manufacturer support. Key requirements for the control system include user programming capabilities, battery-free controllers utilizing flash memory, and compatibility with existing FAA infrastructures such as INET. The contractor is responsible for installing the Smart X system, replacing all outdated HVAC controls, and ensuring the system can manage and expand to cover all HVAC needs in the facility. Detailed submission requirements for product data, shop drawings, and operational documentation are included. The document also specifies quality assurance practices and the necessary credentials for components. Installation guidelines outline requirements for location verification of sensors, proper installation of components, and thorough field testing to ensure system functionality. A training component for FAA maintenance personnel is mandated to ensure proficient operation of the new HVAC system. This initiative signifies the FAA's commitment to updating control systems for enhanced operational efficiency and reliability in managing HVAC systems across its facilities.
    This document outlines the commissioning process for HVAC&R (Heating, Ventilating, Air Conditioning, and Refrigeration) systems within the context of a construction project. It defines key terms such as the Commissioning Plan, the roles of the Commissioning Authority (CxA), and responsibilities of contractors and subcontractors. The commissioning process includes preparing documentation, performing tests and inspections, and ensuring HVAC systems are operational according to specifications. Key responsibilities of the contractor include executing commissioning tests as directed by the CxA, participating in coordination meetings, and providing necessary information and equipment for testing. The CxA, in turn, oversees the commissioning process, verifies test results, and compiles the final documentation. The document specifies detailed requirements for testing and balancing HVAC&R systems, ensuring they function correctly under various operating conditions and addressing deficiencies as they arise. It emphasizes the importance of systematic documentation throughout the commissioning process to facilitate compliance with project specifications and standards. Overall, this section serves as a critical guideline within federal grants and RFPs, establishing parameters for HVAC commissioning to ensure systems are installed efficiently and functionally.
    The document outlines the procedures for Testing, Adjusting, and Balancing (TAB) HVAC systems, as specified in Section 230593. It includes guidelines for balancing air systems, both constant and variable flow, as well as hydronic piping systems. Key components involve thorough evaluations of installation quality and operational readiness, including the verification of installed balancing devices and equipment performance data. The section specifies the qualifications required for TAB contractors, the necessary reports for compliance (including LEED documentation), and detailed methodologies for executing measurable adjustments to systems. It emphasizes preparing comprehensive reports on findings, progress, and final certifications, ensuring all HVAC systems meet designated performance standards. The document is structured into clear parts: General, Products, Execution, Procedures for various systems, and Reporting, all aimed at ensuring optimal HVAC performance. This file is significant within the context of government RFPs and grants, as it provides a standardized framework for quality assurance in HVAC installations, focusing on regulatory compliance and efficiency in federal and local projects.
    The document outlines the upgrade of the FAA Control Tower Systems in Little Rock, Arkansas, managed by Powers of Arkansas. The upgrade includes enhancements to the mechanical controls and various electronic systems to ensure efficient operation and safety. Key components include an air handling unit (AHU) designed for automatic operation, which adapts to temperature variations through configured modes such as Occupied, Unoccupied, Night Heating, Night Cooling, and Safety protocols. The system is designed to operate under specific conditions optimizing energy use while maintaining relative humidity and temperature levels. Details regarding control panels, wiring diagrams, and specific functionalities for various components are also provided. The information serves as a vital reference for compliance with governmental standards in federal grants and RFP processes, emphasizing thorough planning, coordination among contractors, and adherence to safety protocols. This comprehensive system upgrade demonstrates a commitment to operational excellence and regulatory adherence within Federal Aviation Administration standards.
    The document FAA-C-1217H outlines the specifications for electrical work at Federal Aviation Administration (FAA) facilities, emphasizing safety and efficiency. It supersedes the previous version (FAA-C-1217G) and highlights that compliance with national codes, particularly the National Electric Code (NEC), is essential. Key requirements include grounding, safe work practices, quality assurance, and specific electrical tests. The document specifies that certain FAA facilities may have additional requirements beyond the minimum outlined. The scope focuses on performance and safety in electrical installations, detailing wiring methods, grounding conductors, and surge protection. It prescribes the acceptable types of conduits and support systems, duct practices, and the installation of electrical wiring devices. This specification is not only a guide for contractors working on FAA projects but also serves as a framework to ensure that electrical installations meet the demanding operational requirements of the National Airspace System (NAS), ultimately reducing hazards and supporting FAA's mission. The document underscores the importance of meticulous adherence to these standards to maintain safety and operational integrity within FAA facilities.
    The FAA-STD-019f, Chg 3 outlines standards for lightning and surge protection, grounding, bonding, and shielding requirements for the Federal Aviation Administration (FAA) facilities and electronic equipment. It mandates design and construction compliance to minimize electrical hazards and electromagnetic interference, ensuring safety and functionality in FAA operations. The document emphasizes that these requirements derive from lessons learned from past malfunctions and align with industry standards, often exceeding them. The standard is divided into several sections detailing scope, applicable documents, definitions, general requirements, and detailed specifications for bonding, grounding, surge protection devices, and electrostatic discharge. Key requirements include mandatory bonding methods, lightning protection system components, and specific guidelines for equipment grounding in NAS facilities. Important highlights include the acceptance of various bonding techniques, such as exothermic welds and hydraulically crimped connections, while emphasizing the importance of corrosion protection and proper installation. The standard serves as a guide for enhancing the resilience and safety of FAA infrastructure against environmental electrical threats, underscoring government accountability in maintaining service reliability in air traffic and support systems.
    The document is a Contractor's Release from the Department of Transportation, detailing the conditions under which a contractor releases the government from liabilities associated with a specified contract. By accepting the total amount paid or payable, the contractor renounces all claims against the government, except for certain specified conditions. These exceptions include specific claims listed in the document, liabilities to third parties unknown at the time of the release, and claims for reimbursement related to patent matters. The contractor also agrees to comply with contract provisions, particularly concerning patent issues and claims notification. The form includes sections for witnesses or corporate officer acknowledgment, signifying its legal weight. This release is an essential part of the contract termination process, ensuring that the government is shielded from future claims post-payment and validating the contractor's responsibilities within the contract's stipulated framework.
    The document appears to be a corrupted or improperly formatted file, making it difficult to extract coherent information. It seems to relate to government Request for Proposals (RFPs), federal grants, and possibly state and local funding opportunities. Despite the lack of clear content due to encoding issues, the intended purpose seems to involve procurement or funding mechanisms aimed at supporting various governmental projects. Key ideas typically revolve around the goals, requirements, and eligibility criteria for applicants seeking funding or contract opportunities. The context implies a focus on accountability, performance standards, and compliance with regulatory frameworks, which are essential components of successful proposals in the governmental sector. Given the disorganized nature of the file, a precise summary of its contents and specific points cannot be provided. However, the overarching theme pertains to guiding entities in navigating federal and state funding processes for future projects and proposals while adhering to established government standards.
    The file appears to be part of documentation related to federal and state Requests for Proposals (RFPs) and grants, indicating a structured approach to project funding and management in the public sector. It outlines the procedures for submitting proposals, alongside specific eligibility criteria and scope details for various funding opportunities. The document likely contains sections detailing application timelines, review processes, and compliance requirements essential for prospective applicants. The main topic emphasizes the need for applicants to align their project proposals with federal and state priorities, ensuring that all submissions adhere to established guidelines. Important aspects such as fiscal management, performance metrics, and reporting obligations are underscored to promote accountability and transparency in the use of government funds. Ultimately, the document serves as a guideline for potential grant applicants, ensuring they understand the necessary steps and criteria to effectively navigate the complex landscape of public funding opportunities while stressing the importance of compliance and alignment with governmental objectives.
    The document outlines wage determinations for construction projects in Pulaski County, Arkansas, as specified under the Davis-Bacon Act. It sets minimum wage rates for various construction roles depending on the contract date and renewal conditions, highlighting the applicability of Executive Orders 14026 and 13658. The prevailing wage rates fluctuate based on classifications—union rates, survey rates, and state-adopted rates—designating minimum hourly wages alongside fringe benefits for laborers, electricians, plumbers, and other construction trades. It emphasizes contractor responsibility to comply with federal wage standards and provides a framework for managing wage determination appeals. Additionally, it details the need for paid sick leave for federal contractors as per Executive Order 13706. This document serves as an essential reference for federal and state construction contracts, ensuring fair compensation and adherence to labor standards within government-funded construction projects.
    This document serves as a Request for Proposal (RFP) template for potential offerors looking to engage in federal or state contracts. It outlines the essential information required from offerors, including company details, project titles, contract numbers, and financial values. Furthermore, the document mandates the inclusion of project statuses, descriptions, and the offeror's responsibilities, alongside details about the project owner or manager. The form is structured to facilitate the submission of experience information, particularly focusing on minimum project value and recency criteria as indicated in the SIR document. The intent is to standardize project proposals for government contracts, ensuring comprehensive information is submitted for review. This RFP format emphasizes clarity and thoroughness in providing background, project specifics, and compliance with required standards, ultimately guiding selection for government-funded projects.
    The file provides responses to inquiries regarding an HVAC control system replacement project at the Little Rock ATCT under the IIJA. It clarifies the sequencing of work, affirming contractors can dictate their approach and that retrofit work can occur concurrently with new installations. Key specifications include the requirement for ‘Network Server Controllers’ for each critical system and adherence to FAA low-voltage wiring practices. Training requirements are specified as one eight-hour session, and contractors are responsible for providing comprehensive close-out documentation. Additional questions address controls integration, safety protocol compliance (OSHA certifications), and project scheduling, emphasizing the need for clear roles and responsibilities among contractors and subcontractors. Importantly, brand specifications for Schneider Electric components are fixed, with no allowance for alternatives. The document outlines various administrative and logistical aspects, including expected collaboration with onsite FAA personnel and equipment staging areas, while denying extensions on bid deadlines. This comprehensive Q&A format reinforces the project's focus on strict adherence to technical specifications and safety, underlining the FAA’s commitment to detailed oversight for effective project execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Replace Two AC Units at VTS Tuckers Bayou in Deer Park, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the replacement of two air conditioning units at the Tuckers Bayou Vessel Traffic Service facility in Deer Park, Texas. The project involves removing the existing Bard wall-mounted air conditioner and heater unit and installing a new 2-3-ton Bard unit or equivalent, ensuring compatibility with the current dual controller or the installation of a new controller. This procurement is crucial for maintaining the facility's operational efficiency and comfort, and it is set aside exclusively for small businesses, with a firm-fixed-price contract awarded to the lowest bidder. Interested contractors must submit their quotes to Joel Ivy at joel.s.ivy@uscg.mil by the specified deadline and ensure they are registered in the System for Award Management (SAM.gov).
    N400857241766 Replace Rooftop Units Building 87
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Repair HVAC B611
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of HVAC systems at Building 611, Shaw Air Force Base, South Carolina. The project involves the design, demolition, and installation of new HVAC units, while retaining the existing chiller and chilled water pump, and includes requirements for temporary disassembly of ceiling structures, replacement of damaged ceiling materials, and pre-demolition flow rate measurements. This procurement is critical for maintaining operational efficiency in an occupied facility, ensuring compliance with federal and local codes, and providing a one-year warranty on the work performed. Interested vendors must submit their company information and capabilities statements by December 30, 2025, to the designated contacts, Kishauna Goodman and Darrel Ford, via email.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Building 1231 Replace RTU
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for the "Building 1231 Replace RTU" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the removal and replacement of rooftop units RTU-7 and RTU-10, with specific requirements for pre-approved mechanical contractors to submit proposals. The estimated project cost ranges from $250,000 to $500,000, with a completion timeline of 360 days post-award and a proposal submission deadline of January 16, 2026. Interested contractors should contact Edward Pelser or Lauren Loconto for further details and must adhere to the outlined administrative and security protocols throughout the project.
    B1510 NDI HVAC Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the design, demolition, and installation of HVAC equipment at Building 1510, Shaw Air Force Base in South Carolina. The project involves replacing existing HVAC components, including a 40-year-old air handling unit, hot water coils, and a boiler, with new systems, while ensuring the facility remains occupied during construction. This procurement is crucial for maintaining operational efficiency and comfort within the facility, and it emphasizes adherence to safety codes, proper waste disposal, and thorough documentation. Interested contractors should note that funding is not currently available, and the solicitation date is to be determined; for inquiries, contact Kishauna Goodman at kishauna.goodman@us.af.mil or Darrel Ford at darrel.ford.3@us.af.mil.
    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.