6973GH-25-RFI-00001 - Horse Corrals Tower Move - MARKET SURVEY
ID: 6973GH-25-RFI-00001Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the relocation of a Remote Video Surveillance System Upgrade (RVSS-U) tower at the Horse Corrals site near Fronton, Texas. The project involves dismantling and transporting the relocatable tower, re-installing fencing and grounding components, and ensuring operational integrity post-move, with an estimated budget between $30,000 and $45,000. This initiative is part of the FAA's commitment to enhancing surveillance infrastructure, which is crucial for public safety and operational efficiency. Interested vendors must submit their statements of interest by 4:00 p.m. Central Time on October 14, 2024, to Tamara Maxwell at tamara.m.maxwell@faa.gov, marking all documents as proprietary as necessary.

    Point(s) of Contact
    Files
    Title
    Posted
    The project entails relocating a Remote Video Surveillance System Upgrade (RVSS-U) at the Horse Corrals site near Fronton, Texas. Key tasks include dismantling and transporting a relocatable tower (RT), re-installing fencing and grounding components at the new site, and ensuring the tower is correctly assembled and operational post-move. The scope specifies precise actions such as clearing land, creating a level pad, and aligning microwave radios to original specifications. The installation is projected to take up to two weeks following equipment delivery. Government Furnished Equipment (GFE) includes an 80-foot relocatable tower and associated kits. A background investigation through DHS/CBP is mandatory for involved personnel. Attachments provide detailed designs and instructions necessary for successful project execution. This initiative reflects government investment in surveillance infrastructure, aligning with public safety and operational efficiency objectives.
    The S N W E RVSSU RGV SECTOR AOR outlines construction and environmental management requirements for the RGC Horse Corrals project. The document emphasizes the contractor's responsibility for restoring any construction-related damages and ensuring compliance with safety regulations. Key stipulations include maintaining access to roads, verifying existing utility locations, and managing sediment control. The project requires mitigation of dust and noise pollution, protection of adjacent vegetation, and adherence to environmental laws, particularly concerning federally listed species and cultural resources. The construction site’s plan includes clear details for access, grading, environmental safeguards, and necessary permits. Additionally, the contractor is tasked with ensuring the conditions of staging areas post-construction and managing on-site equipment with minimal impact on the environment. This document reflects the federal government's commitment to sustainable development practices within the context of RFPs, ensuring projects meet safety, environmental, and structural integrity standards.
    The document provides installation instructions for the PTX-100-80 guy wire kit, part of a tower deployment order. It emphasizes the critical nature of proper installation and the need for trained personnel to prevent serious accidents. Key preparations include unrolling guy cables, gathering necessary tools, and ensuring prior installation of a lightning system. The process includes securely attaching a torque arm frame, installing guy cables, and utilizing a laser unit to monitor tower deflection during the raising of the tower. Tensioning involves using come-alongs to center the tower and checking laser alignment to avoid excessive tension that can damage the structure. It concludes with guidelines for checking guy wire tension regularly to ensure stability during high winds. The instructions underscore the importance of safety and the correct use of equipment in maintaining tower integrity, reflecting best practices relevant to government projects that require adherence to rigorous safety standards.
    The RVSSU Aviat Radio Alignment Field Bulletin by the Federal Aviation Administration outlines the procedures for aligning radios used in the Remote Video Surveillance System (RVSSU). It identifies key symptoms of radio misalignment, such as suboptimal receive signal levels (RSL), with a threshold of -70 dB marking significant signal loss. The document details various causes of misalignment, particularly in relocatable towers influenced by structural flexing, weather erosion, and loose guy wires. To correct misalignment, the bulletin presents standard alignment procedures that involve adjusting antenna angles to maximize signal strength. Critical steps include ensuring operational power and settings are correct, leveling feedheads, and carefully tightening adjustments to avoid signal loss. The alignment process should be documented by recording signal strength readings. The bulletin also provides contact information for a point of reference for further inquiries. This document serves as a crucial guideline for proper radio alignment, ensuring effective communication and operation within critical federal aviation frameworks, highlighting the importance of signal integrity in operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SEEKING SOURCES FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the demolition and construction of communication towers located in Fredericksburg, Texas (T82) and Plainview, Texas (PVW). The procurement aims to replace outdated communication infrastructure with new towers that meet modern safety and service standards, ensuring compliance with FAA regulations and various safety codes. This project is critical for enhancing the telecommunications capabilities essential for federal operations, with an emphasis on high-quality materials and adherence to engineering principles. Interested vendors must submit their statements of interest, including company capabilities and project-specific information, by 4:00 p.m. Central Time on October 11, 2024, to Josh Huckeby at joshua.d.huckeby@faa.gov.
    6973GH-24-R-00153 - CBP CBTT ERT #2 - SIR
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the procurement of two Electrical Resistivity Tomography (ERT) systems to support the U.S. Customs and Border Protection (CBP) in detecting cross-border tunnels and related illegal activities. The procurement includes the supply, delivery, and training associated with the ERT systems, which are critical for enhancing national border security measures. Interested vendors must ensure that all items meet specified requirements, including a minimum one-year warranty, and deliver the complete systems within 84 calendar days post-award. Proposals are due by 4:00 p.m. Central Time on October 11, 2024, and should be submitted electronically to Tamara Maxwell at Tamara.M.Maxwell@FAA.gov, with "6973GH-24-R-00153 - CBP CBTT ERT 2 - SIR" in the subject line.
    CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement project at the Chattanooga Air Traffic Control Tower in Tennessee. The project involves the replacement of the roof and optimization of the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system to enhance the facility's resilience against severe weather, ensuring compliance with FAA standards. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated contract value between $100,000 and $250,000, and proposals are due by October 17, 2024. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details and must acknowledge the recent amendment regarding the site visit, now scheduled for October 2, 2024.
    BVY ATCT Roof and HVAC Unit Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the BVY ATCT Roof and HVAC Unit Replacement project located in Beverly, Massachusetts. The procurement involves the application of elastomeric roofing, replacement of HVAC units, and installation of electric unit heaters at the Beverly Air Traffic Control Tower, with a contract value estimated between $250,000 and $500,000. This project is critical for maintaining the operational integrity and safety of air traffic control facilities, reflecting the FAA's commitment to infrastructure improvement funded by the Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further information.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    Solicitation - Relocate/Reinstall Flightline Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the relocation and installation of the T-38 Flight Line fence at Randolph Air Force Base, Texas. This project requires contractors to manage all aspects of the work, including supervision, labor, materials, and quality assurance, ensuring compliance with safety and environmental regulations while minimizing disruption to base operations. The contract is set aside for small businesses under NAICS code 238990, with proposals due electronically by October 18, 2024, and questions accepted until October 9, 2024. Interested parties can contact Jamie Ratcliffe at jamie.ratcliffe@us.af.mil for further details.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. This project, which is anticipated to be funded by the Bipartisan Infrastructure Law, involves approximately 10,300 square yards of asphalt rehabilitation, pressure washing of hardscape surfaces, and installation of new materials, with a performance period of 90 days post-notice to proceed. The estimated contract value ranges from $500,000 to $1,000,000, and all interested contractors must submit their proposals by the extended deadline of October 18, 2024, while ensuring compliance with federal regulations and reporting requirements. For further inquiries, contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the installation of Instrument Landing Systems (ILS) as part of a Screening Information Request (SIR) for ILS Installation Demonstrations. The FAA aims to replace existing MK1D ILS systems with modern ILS-420 systems at general aviation airports located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This procurement is crucial for enhancing aviation infrastructure and ensuring safe navigation for aircraft, reflecting the FAA's commitment to improving air traffic management systems. Interested offerors must submit their proposals by October 11, 2024, and direct any inquiries to Richard J. Simons or Haben Woldemichael via their provided email addresses.
    Market Survey: FAA, William J. Hughes for Advanced Aerospace Grounds Maintenance and Snow Removal Services
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is conducting a market survey to identify vendors for advanced aerospace grounds maintenance and snow removal services at the William J. Hughes Technical Center in Atlantic City, New Jersey. The procurement involves maintaining approximately 5,000 acres, which includes roads, sidewalks, aircraft ramps, and parking areas, with a focus on reliable service during inclement weather to ensure operational continuity. Interested vendors, particularly those from socially and economically disadvantaged backgrounds, are encouraged to submit a Capability Statement detailing their relevant experience and capabilities by October 31, 2024, as this survey will inform future solicitations. For further inquiries, vendors can contact Kenneth Hitchens at ken.hitchens@faa.gov or call 609-485-6125.