Solicitation - Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK
ID: 6973GH-25-R-00132Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the renovation of Hangar 9 at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This full and open competition project has an estimated price range between $5,000,000 and $10,000,000 and requires contractors to provide all necessary labor, materials, and equipment to complete the renovation in compliance with specified technical requirements and safety regulations. The renovation is crucial for modernizing the facility to support ongoing FAA operations while ensuring adherence to federal and state environmental standards. Interested contractors must submit their proposals by July 17, 2025, at 4:30 p.m. Central Time, and are required to attend a mandatory pre-proposal conference on May 20, 2025. For further inquiries, contact Andre Casiano at andre.casiano@faa.gov or by phone at 405-954-7850.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to a federal government solicitation for the renovation of Hangar 9 at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, Oklahoma. The project is categorized as full and open competition, with an estimated price range between $5,000,000 and $10,000,000. The contractor is required to provide all necessary labor, materials, and equipment in compliance with the specified attachments detailing combined specifications and drawings. The contractor must begin work within ten calendar days post-award and complete it within 365 days from the notice to proceed. A firm fixed-price contract is outlined, detailing responsibilities for performance and payment bonds, submission of invoices, and adherence to environmental, safety, and health standards. Moreover, the document includes clauses concerning contractor compliance with Federal regulations, schedules for construction, and safety protocols during emergencies. Key requirements ensure contractors understand applicable FAA directives and training regarding environmental and safety policies. In essence, this solicitation underscores the federal government's commitment to enhancing infrastructure while ensuring compliance and safety for all contractor personnel involved.
    This document serves as an amendment to a prior solicitation regarding the renovation of Hangar 9, identified by work order number 21-019348. Its primary purpose is to announce an extension of the proposal due date, now set for June 18, 2025, at 4:30 p.m. Central Time. The amendment outlines the necessity for contractors to acknowledge receipt of this change in order to keep their offers valid. Effective immediately, all other terms and conditions from the referenced solicitation or contract remain unchanged and fully enforceable. This amendment indicates the government's ongoing commitment to ensuring that all potential bidders are afforded ample opportunity to submit their proposals while adhering to the guidelines established in the original request. This process is typical within federal, state, and local RFPs to maintain transparency and fairness in procurement processes.
    The document is an amendment related to a government contract modification regarding the Hangar 9 Renovation project. It serves to extend the proposal due date to June 24, 2025, at 4:30 PM Central Time. This amendment is applicable to contractors who must acknowledge receipt by completing specified items and ensuring it is returned by the set deadline. It notes that failure to acknowledge the amendment may result in the rejection of offers. The document also addresses necessary administrative changes to the contract and states that all terms and conditions of the original solicitation remain unchanged unless otherwise modified. It categorizes the purpose of the amendment as administrative, focusing on extending timelines rather than altering substantive contract terms. Overall, this reflects standard procedural updates within the context of federal procurement processes.
    This document is an amendment to a solicitation concerning the Hangar 9 Renovation project under Contract ID WO#21-019348. Its primary purpose is to extend the proposal submission deadline to July 1, 2025, at 4:30 p.m. Central Time. The amendment outlines the requirements for acknowledging receipt of this amendment, indicating that failure to acknowledge before the new deadline may lead to rejection of submitted offers. The document includes sections for essential details such as the contract number, the project's requisition number, issuing and administering authorities, and provides instructions for bidders on how to respond to this solicitation amendment. While the amendment primarily deals with the date extension, it also emphasizes that all other terms and conditions from previous documents remain unchanged and in effect. Overall, this amendment facilitates the procurement process by providing additional time for potential contractors to prepare their proposals, thereby enhancing participation in the bidding process for government contracts.
    The document outlines an amendment to a solicitation for the "Hangar 9 Renovation" project, specifically contract number 6973GH-25-R-00132. Key changes include an extension of the proposal due date to July 8, 2025, at 4:30 p.m. Central Time, incorporation of revised specifications and drawings, and a modification to the construction completion timeline from 365 to 548 calendar days post-notice to proceed. A series of detailed revisions to both architectural and mechanical plans along with supplemental specifications is documented, replacing previous versions with updated drawings dated June 17, 2025. The amendment emphasizes the importance of acknowledging receipt prior to the specified due date to avoid rejection of submissions. It also notes that all other terms and conditions of the original contract remain intact. This amendment is important for maintaining compliance and ensuring all contractors have the current project specifications, thereby facilitating informed and timely submissions.
    The document is an amendment to a solicitation for the Hangar 9 Renovation project, identified by Contract ID 6973GH-25-R-00132. The primary purpose of this amendment is to extend the proposal submission deadline to July 16, 2025, at 4:30 p.m. Central Time. It outlines the protocol for bidders to acknowledge the amendment, including submitting changes or offers via letter or telegram referencing the solicitation number. The document specifies that, despite this amendment, all other terms and conditions from the original solicitation remain unchanged. It is administered by the FAA’s Facilities and Aviation Safety Acquisition division in Oklahoma City. The amendment aims to ensure clarity during the proposal process and compliance with deadlines while facilitating a fair opportunity for contractors to submit their offers.
    This document is an amendment/modification to a federal solicitation related to the renovation of Hangar 9. It outlines revisions to specifications and drawings, including the incorporation of updated construction plans and the introduction of Flightline Badging, Escort, and Ramp Permit requirements. Key updates specify that general contractors must ensure proper supervision of unbadged personnel during construction and that all vehicles accessing the secured ramp area must possess specific permits. These permits are coordinated through local airport operations and require a certificate of insurance, with defined liability amounts for bodily injury and property damage. The document also references compliance with recent Executive Orders, emphasizing the alignment of the Federal Aviation Administration's actions with higher government directives. Subsequent sections detail revised attachments, including specifications and drawings, to ensure that the contractor adheres to the latest standards and requirements for the project. Overall, the amendment seeks to clarify and enhance regulation compliance and safety measures associated with the hangar renovation project.
    This document is an amendment to a government solicitation concerning a project involving Hangar renovations, specifically addressing an error in the specifications. The amendment clarifies that the requirement to "repaint and restripe the Hangar 8 High Bay floors to match existing" is incorrect and not part of the scope for renovating Hangar 9. It instructs contractors to reference Drawing IN601, which shows that no finish work is required for the high bay floor. Contractors are mandated to acknowledge receipt of the amendment by specific means to ensure their offers are considered timely. The amendment maintains that all other terms remain unchanged and in effect. This modification is significant in ensuring clarity in project specifications and compliance within the bidding process of federal contracts.
    This document is an amendment to a federal solicitation/modification of a contract, specifically aimed at correcting procedural details related to proposals. It modifies previously issued solicitation number 6973GH-25-R-00132 by updating the contact email address for proposal submissions to andre.casiano@faa.gov. The amendment specifies that all offers must acknowledge receipt of this change prior to the designated deadline, allowing submission changes through telegram or letter if referencing the amendment. This modification serves to ensure clarity and accuracy in communications regarding the contract, ultimately adhering to federal requirements for solicitation processes. The document outlines administrative changes without altering the overall terms and conditions, affirming the continuity of the contract's integrity. It signifies the government's commitment to maintaining transparent and effective procedures in handling contract modifications and grant solicitations.
    The document is an amendment to a solicitation, specifically identified as Amendment 0009 to RFP 6973GH-25-R-00132, effective from July 16, 2025. The primary purpose of this amendment is to extend the proposal submission deadline to July 17, 2025, at 4:30 p.m. Central Time. It outlines the procedure for contractors to acknowledge receipt of the amendment, stipulating that failure to do so may result in the rejection of their offers. The amendment includes administrative modifications related to the contract but confirms that all other terms and conditions remain unchanged. The document is structured to provide specific information such as contract identification, the authority for the amendment, and necessary actions for the contractors involved. It emphasizes compliance with regulatory requirements and facilitates communication regarding proposal submissions, illustrating the federal government's procedural standards in managing contract amendments and modifications.
    The document outlines the Hangar 9 Building Renovations at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma, identified as Contract No. 6973GH-21-D-00042 and Work Order No. 6973GH-22-F-01701. This undertaking focuses on Type "B" services, representing a significant renovation project aimed at modernizing the facility to support continued operational efficacy. Although detailed specifications are absent from the text, the emphasis is on a 100% design submittal due by March 14, 2025. This refurbishment aligns with federal procurement guidelines, emphasizing adherence to safety and operational standards. Given the nature of government RFPs (Requests for Proposals), this project seeks bids from qualified contractors who can deliver specific services within stipulated regulations, underscoring the necessity for careful planning and compliance with established timeframes, budgets, and technical requirements. The renovation is crucial not only for maintaining infrastructure but also for enhancing overall operational capacity at the aeronautical center.
    The document outlines operational controls related to environmental and occupational safety hazards for construction contractors, focusing on four key areas: storm and surface water discharge, solid waste generation, electrical hazards, and fall protection. Each section identifies significant hazards, compliance obligations, operational controls, maintenance plans, actions upon control failures, records required, and assigned responsibilities. For stormwater management, contractors must comply with relevant permits and undergo training, while solid waste measures emphasize waste reduction and recycling with monthly reporting. Electrical safety mandates de-energizing circuits, certified installations, and thorough inspections. Fall protection requires training, equipment inspections, and monitoring of work environments to prevent accidents. The document emphasizes the necessity of annual reviews and updates, with designated responsibilities for inspections and compliance enforcement. Overall, the document serves as a comprehensive guide for construction contractors to ensure adherence to environmental regulations and worker safety protocols, reflecting a commitment to sustainable practices and safety in construction projects, consistent with government standards and regulations.
    The Mike Monroney Aeronautical Center (MMAC) established a Construction Safety program to protect individuals involved in construction on campus, ensuring adherence to safety regulations. This document outlines safety requirements applicable to all personnel associated with construction activities. Key compliance documents include OSHA regulations and various ANSI standards. Roles and responsibilities are detailed for management, environmental staff, supervisors, employees, and contracting officers, emphasizing the need for all parties to uphold safety measures and report hazards. The program elements include requirements for personal protective equipment (PPE), fire protection, safe practices during roof work and scaffolding, medical aid provisions, excavation safety, and hazard energy control. Specific guidelines relate to working on scaffolds, ensuring proper procedures during hot work, and managing confined spaces and electrical hazards. The emphasis on strict safety protocols fosters a culture of compliance and minimizes risks associated with construction activities. This structured approach illustrates the government's commitment to ensuring a safe working environment while executing projects in compliance with federal and state regulations.
    The document outlines design specifications and requirements for renovations at Hangar 9, part of the Federal Aviation Administration (FAA) facilities in Oklahoma City. A primary focus is on ensuring fire safety; all wall penetrations in high bay demising walls, including hangar door pockets, must be treated with an approved penetration firestop system compliant with ASTM E814 or UL 1479, ensuring adequate fire resistance ratings. The renovation plans also specify that all hangar walls will receive a new full-height paint finish. Important notes for contractors include verifying utility connections, ensuring proper material separation, and coordinating firefighting equipment placements. Additional considerations for construction logistics include the relocation or removal of furniture and equipment prior to work commencement. The document is marked as Sensitive Security Information, restricting its disclosure under federal regulations. Overall, it encapsulates essential construction guidelines, safety requirements, and logistical considerations necessary for the project’s execution within regulatory frameworks.
    The provided document is a comprehensive design submittal for the renovation of Hangar 9 at the Federal Aviation Administration's Mike Monroney Aeronautical Center in Oklahoma City. It details the scope of work, which includes restroom renovations, lighting upgrades, and HVAC improvements, all compliant with the requirements for a Level 2 alteration under the International Existing Building Code. The document outlines general project information, required permitting, site logistics, and stringent safety protocols, emphasizing the proper handling of potentially hazardous materials, including asbestos and lead. It defines the construction phases and management of on-site activities to minimize disruptions, detailing coordination needs with FAA oversight. Additionally, it specifies adherence to various national codes, including fire protection and building safety regulations. The project underscores the significance of maintaining operational integrity while enhancing facility functionality, reflecting the government's commitment to modernizing infrastructure in compliance with established safety standards.
    The document outlines the 100% design submission for renovations at Hangar 9 of the Federal Aviation Administration's Mike Monroney Aeronautical Center in Oklahoma City. The project includes the demolition of outdated high bay lighting and the installation of new LED lighting, with a focus on adhering to safety regulations and electrical codes. Sensitive Security Information is highlighted, restricting unauthorized disclosure. Key project notes emphasize the management of hazardous materials, such as lead-based paint, and stipulate the need for coordinating power outages with FAA operations. The plan details phasing for construction, timing restrictions reflective of hangar operations, and specifies requirements for lighting controls and electrical infrastructure. Additional specifications include compliance with waste management plans for removed fixtures, and installations must be verified for safety. Emphasis is placed on thorough documentation and contractor accountability throughout the renovation process, reflecting the project's critical nature in maintaining FAA operational standards while modernizing infrastructure.
    The document pertains to a work request from the Federal Aviation Administration (FAA) for renovations at Hangar 9 located in the Mike Monroney Aeronautical Center, Oklahoma City. Design documents detail amendments and various specific engineering and architectural plans that encompass life safety codes, demolition plans, fire protection measures, plumbing, mechanical, and electrical layouts essential for the renovation project. The plans require adherence to the latest codes and standards, emphasizing safety, accessibility, and coordination among various trades during construction. The drawings illustrate comprehensive project breakdowns, such as flooring plans, pipe penetration details, and finish specifications for multiple levels of the hangar. A prominent warning emphasizes the sensitive security nature of the information shared, restricting its disclosure. The document underlines the careful planning and phased execution required in the renovation, showcasing the FAA's commitment to modernizing facilities while ensuring compliance with regulatory mandates and safety protocols.
    The document outlines technical specifications for building renovations at FAA Hangar 09, specifically addressing the installation of plastic-laminate-clad architectural cabinets and phenolic-core toilet compartments. It highlights key amendments, such as the removal of AWI certification requirements for cabinetry and changes to continuous stainless steel finishes for toilet compartments. The specifications detail product requirements, including material standards, fire-retardant treatments, and cabinet construction methods. It emphasizes coordination with related construction work, action submissions, and quality assurance processes. The document also mandates that cabinets be delivered only after relevant finishing operations are complete to prevent damage. Moreover, it stipulates performance criteria for the toilet compartments, ensuring compliance with relevant accessibility regulations and detailing specific fabricating and installation practices. The inclusion of supplemental electrical requirements addresses coordination issues relating to electrical service interruptions. Overall, the document serves as a comprehensive guide for contractors, ensuring adherence to specified materials and methodologies crucial for achieving high-quality renovation outcomes while meeting compliance standards. Its structure enables clear navigation through general requirements, product specifications, execution, and supplemental regulations for successful project completion.
    The document outlines the renovation plans for Hangar 9 at the Mike Monroney Aeronautical Center, issued by the Federal Aviation Administration (FAA). It includes detailed drawings and amendments regarding demolition and construction of various sectors within the hangar. Key activities involve removing existing flooring and ceilings, as well as installing new finishes and systems compliant with safety codes. Specific sections detail the process of hazardous material handling, coordination with various trades, and the imperative for minimized disruption during construction. A total of 158 sheets articulate the comprehensive demolition and construction strategies, ensuring adherence to federal regulations and safety guidelines. This initiative reflects the FAA's commitment to maintaining high operational standards while modernizing facilities to enhance functionality and safety for aviation operations.
    The document outlines the technical specifications for renovating Hangar 09 at the Mike Monroney Aeronautical Center, including critical aspects of demolition, construction, and safety regulations. The renovation includes work on restrooms, lighting upgrades, life safety improvements, accessibility modifications, and mechanical and plumbing upgrades. Specific requirements emphasize completing work during designated hours to minimize disruption, coordination with FAA guidelines, and adherence to federal and state environmental regulations. Additionally, there is a focus on construction waste management, requiring the contractor to recycle or salvage materials to divert a minimum of 55% of waste from landfills. The document mandates secure temporary utilities, protection of installed work, and compliance with storm water pollution prevention protocols. It further specifies contractor qualifications, the need for certifications, and pre-installation meetings to ensure all work meets regulatory standards. This comprehensive plan ensures that the project aligns with federal requirements while prioritizing safety, environmental protections, and efficient resource management during renovation efforts.
    The document appears to be a corrupted or improperly formatted file, which contains a mixture of characters, symbols, and fragmented data. Consequently, it does not convey coherent information or meaningful content. Due to the lack of structured paragraphs or identifiable topics, it is impossible to extract key ideas or supporting details relevant to federal government RFPs, grants, or state/local proposals. The intended purpose of the document cannot be established, nor can any relevant discussion regarding government funding opportunities or requests for proposals be articulated. As the content is indecipherable, further analysis is hindered, limiting any summary to a recognition of its unreadable nature and absence of informative value.
    The document is a Performance Bond Form (Standard Form 25) used in connection with government contracts, primarily detailing the obligations and conditions of performance bonds for contractors (Principals) and their Sureties. The bond ensures that the Principal fulfills the terms of their contract with the U.S. government, with significant penalties for non-compliance. Key components include the identification of the Principal and Sureties, the liability limits, and the conditions under which the bond may become void. Notably, the bond is activated upon the execution date and outlines the duties of the Principal to perform in accordance with the contract and pay applicable taxes. It also specifies requirements for the signatures of authorized persons and the necessity for corporate seals if Sureties are corporations. This performance bond underscores the financial accountability and legal commitments involved in federal contracting, emphasizing the federal government's need for assurance of contract execution and compliance with fiscal obligations. Overall, it is a critical document in the procurement process, ensuring that contractors are held liable for their commitments and that the government has recourse in case of default.
    The document is a standardized payment bond form (Standard Form 25A) used in federal contracts to ensure the protection of individuals supplying labor and materials. It outlines the legal obligations of the Principal (contractor) and Surety(ies) (guarantors) in funding any claims related to the contract. The bond guarantees payment for services and materials delivered under the contract, effectively binding the Sureties to the penal sum specified. Key details include the requirement for the Principal to make payments promptly to all entities providing labor or materials, failure of which would void the bond. The form requires the legal name, address, and type of organization of the Principal, as well as the details of Surety(ies) and execution by authorized personnel. It also specifies the need for corporate seals if applicable and outlines conditions for co-surety arrangements. The document is vital for compliance with federal contracting regulations under 40 USC Chapter 31, ensuring transparency and accountability in public procurement. This payment bond form is essential in government RFPs and grants, as it protects the rights of subcontractors and suppliers, thereby facilitating smoother transaction processes in governmental financial operations.
    The document presents the Standard Form 24, a Bid Bond utilized in federal and state procurement processes where a bid guaranty is necessary. Its primary purpose is to ensure that the bidder (Principal) commits to executing the contract if their bid is accepted by the government. Key components include the full legal name and address of the Principal, the type of organization, the sureties involved, and the penal sum of the bond, which can be a percentage of the bid price with a stated maximum limit. Essential conditions state that the bond obligation is void if the Principal fulfills the terms upon bid acceptance or compensates for any additional costs incurred by the government if the Principal fails to execute the contract. Additionally, the document outlines requirements for corporate and individual sureties, such as being on the Department of the Treasury's approved list and providing supporting documentation. The form's structured format includes spaces for signatures, corporate seals, and relevant state information, underscoring its legal significance in ensuring contract compliance and financial responsibility within government contracts. Overall, the form standardizes the bid bond process for construction, supplies, or services, reinforcing the integrity of federal and local contracting procedures.
    The document outlines a Past Performance Survey associated with the Hanger 9 Renovation project under SIR/RFO No. 6973GH-25-R-00132. This survey is sent to assess the past performance of contractors involved in similar renovations. Respondents, identified as past performance points of contract, are asked to provide detailed feedback regarding the contractor's performance, contract adherence, timeliness, and overall compliance with requirements. Key sections involve gathering information from the contractor about their project experience, including a description of relevant projects, contract specifics, and any issues such as notices to cure, deficiencies, or integrity problems. The survey also collects evaluations from the client concerning the contractor's performance, including ratings of compliance, timeliness, and personnel quality, alongside any integrity concerns and a recommendation for future engagements. Responses are expected by June 10, 2025, highlighting a structured approach to gauge contractor reliability in the context of federal procurement processes, aimed at ensuring qualified selections for federal projects like the Hanger 9 renovation. This feedback will inform future contracts and improve project outcomes.
    The document SIR 6973GH-25-R-00132 Attachment 7 outlines the Past Performance Experience Information Form required for federal contracting bids. It serves as a structured template for contractors to provide essential details about their previous contracts. Key components include the contractor’s name and address, contract identification (number, dollar value, and status), project title and description, and the role and responsibilities of the contractor in the project. Additionally, the form requires contact information for the project owner or manager, facilitating communication regarding performance evaluations. The structure emphasizes clarity, ensuring that all relevant information is captured, which is crucial for assessing the contractor's experience and reliability in relation to federal RFPs. This form is integral in evaluating proposals for federal grants and contracts, as past performance is a significant factor influencing procurement decisions.
    The document is a client authorization letter related to the Federal Aviation Administration's (FAA) Screening Information Request/Request for Offer (SIR/RFO) No. 6973GH-25-R-00132 for the Hanger 9 Renovation project. It emphasizes the FAA's increased focus on evaluating an offeror's past performance and experience as part of its procurement process. The letter requests that clients of responding entities be identified and authorizes them to provide information on their previous work if contacted by the FAA. The document identifies a specific point of contact at the client's organization and encourages cooperation with the FAA to facilitate the evaluation process. For inquiries, the Contracting Officer, Andre Casiano, is available to assist. This letter underscores the importance of client feedback in the federal procurement process, reflecting the FAA's commitment to thorough evaluations based on past performance.
    The document regarding federal and state RFPs outlines the procedures and guidelines for submitting proposals and securing grants. It emphasizes the necessity for applicants to clearly articulate project objectives, demonstrate financial viability, and adhere to regulatory requirements. The document provides a structured format for submissions, detailing the information required in each section, including project background, goals, methodologies, and evaluation metrics. Clear deadlines for submissions and instructions for eligibility are also stressed to ensure that all applicants can meet the necessary criteria. By highlighting essential features like budget constraints and the importance of community impact, the document aims to ensure competitive bidding processes and effective use of taxpayer resources. Ultimately, it serves as a framework for facilitating partnerships between government entities and organizations to drive public service improvements.
    The document lists various construction and contracting companies, detailing their key contacts, phone numbers, and email addresses. It serves as a resource for participants involved in the HANGER 9 site visit scheduled for May 20, 2025. The FAA Contracting Officer, Andre Casiano, is designated as the primary point of contact for the project, directing all communications related to this federal initiative through him, explicitly forbidding any direct contact with the FAA Architect or the Contractor Architect. The listing of companies includes various service providers, highlighting their respective roles likely connected to federal Request for Proposals (RFPs) and grants. This structure intends to facilitate organized communication among stakeholders and streamline the contracting process for the mentioned construction projects under federal oversight.
    The document pertains to questions and responses related to the RFP for renovations of Hangar 9. The main topic addresses the requirements for Offerors regarding relevant project experience to qualify for the contract. Specifically, Section L and M state that Offerors must provide evidence of three relevant projects completed within the past five years, with at least two projects valued over $5 million each. The document records a request from Offerors to lower the project value requirements to $3 million, which the government has declined to revise. Additionally, it clarifies that Offerors cannot adjust project values to current figures to meet the eligibility criteria for Factor 1. This focused exchange underscores the government's commitment to maintaining stringent eligibility standards in the procurement process, ensuring that only qualified Offerors with significant project experience participate in the bidding for the renovation work. Overall, the content reflects adherence to established guidelines in federal procurement while setting clear expectations for potential contractors.
    The document pertains to the Hangar 9 Renovations solicitation, focusing on contractor inquiries regarding project specifications and requirements. It addresses various concerns raised by potential bidders, encompassing the submission of relevant past projects, project value qualifications, and aspects of design responsibility. The government insists on strict adherence to project parameters, such as predetermined contract values and qualifications of experience, while providing updates on technical specifications and clarifications on demolition, construction phasing, and safety measures. Notably, the government also weighs the implications of tasks being conducted during operational hours, phasing for existing equipment, and the extent of required abatement for hazardous materials found in the hangar. The document emphasizes the need for contractors to be aware of the context in which FAA operations will continue during construction, necessitating precise coordination and communication. Ultimately, this document is integral to laying out the framework and expectations for contractors interested in the FAA's Hangar 9 renovation project, ensuring clarity and compliance with outlined requirements.
    The Hangar 9 Renovations project involves significant interior rehabilitation, including lighting, mechanical, and structural updates, following strict specifications by the FAA. Offerors must demonstrate relevant experience with large renovation projects, specifically completing at least two valued at $5M or more. Throughout the RFP, multiple requests for information (RFIs) clarify various technical aspects, including utility connections, chilling systems, and fire alarm specifications. Specific guidelines are provided on coordination with ongoing FAA operations during construction, alongside requirements for temporary utilities and handling hazardous materials. The contractor's responsibilities include phased material handling, detailed demolition procedures, and adherence to strict work hour regulations to minimize disruption to operational areas. The FAA emphasizes the necessity of safety protocols during construction and detailed documentation of existing conditions. Overall, the document articulates the complexities of the renovations and outlines expectations for contractor compliance with FAA standards, as well as specific operational constraints during project execution.
    Similar Opportunities
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting 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 milling and replacing asphalt, extending parking areas, and upgrading lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM). Interested parties must submit proposals by the specified deadline following a mandatory site visit on December 18, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base in Okinawa, Japan. This project aims to establish a corrosion control facility specifically designed for the maintenance and painting of large-bodied aircraft, featuring a single bay paint booth, a prep/wash hangar, and necessary support spaces. The facility is crucial for ensuring the longevity and operational readiness of aircraft by providing a dedicated environment for corrosion treatment and painting operations. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or call 098-970-9068 for further details.
    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.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma (Project No. OK NP MULTI PMS(1)) and North Texas (Project No. TX NP MULTI PMS(2)). This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the construction and preservation of highways, roads, and bridges, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and efficient transportation. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can reach the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) for construction services at Tinker Air Force Base (TAFB) in Oklahoma. This procurement aims to provide a wide range of construction, repair, and maintenance services, including Design-Build and Construction Only projects, with a focus on expediting project awards and reducing lead times. The BOA will be valid for up to five years, with a competitive process that includes a partial small business set-aside for projects under $25 million, while larger projects will be open to all qualified contractors. Interested parties must register in the System for Award Management (SAM) and submit proposals by January 15, 2026, with a pre-BOA teleconference scheduled for January 6, 2026, to discuss the requirements. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    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.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    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.
    FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Honolulu District, is preparing to solicit bids for the construction of an Aircraft Maintenance Hangar at Wheeler Army Airfield in Oahu, Hawaii. This project involves a Design-Bid-Build approach and aims to construct a medium standard design hangar along with associated maintenance facilities, which are critical for supporting Combat Aviation Brigade operations and enhancing airfield readiness. The estimated contract value ranges between $100 million and $250 million, with a performance period of approximately 1,186 calendar days. Interested contractors should register as a vendor in the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration with the System for Award Management (SAM). For further inquiries, contact Brett Watanabe at brett.j.watanabe@usace.army.mil or call 808-835-4045.