***IIJA FUNDED***REFRIGERANT MONITOR REPLACEMENT AT ZFW ARTCC
ID: 6973GH-25-R-00169Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)
Timeline
    Description

    The Department of Transportation's Federal Aviation Administration (FAA) is seeking proposals for the replacement of a refrigerant monitor at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC), funded through the Infrastructure Investment and Jobs Act (IIJA). The project involves the removal of the existing Chillgard RT model and the installation and calibration of a new refrigerant leak monitoring system, ensuring compliance with safety and operational standards while maintaining continuous air traffic operations. The total contract value is estimated between $10,000 and $50,000, with proposals due by August 8, 2025, at 3:00 PM Central Time. Interested contractors should direct inquiries to Nina Musser at nina.j.musser@faa.gov and confirm attendance for a scheduled site visit on July 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) has issued a Request for Proposal (RFP) for the replacement of the refrigerant monitor at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC). This project entails the procurement, installation, and calibration of a new refrigerant leak monitoring system, specifically replacing the obsolete Chillgard RT model. The contractor will be responsible for the complete process, including disconnecting and disposing of the existing unit, as well as connecting and calibrating the new monitor, which could be either the Chillgard 5000 or another approved equivalent. Key contractual requirements include coordination with FAA personnel for safety and operational considerations, adherence to security measures, and compliance with local codes. The work must not interfere with the continuous 24/7 air traffic operations. Additionally, contractors must ensure the handling, storage, and delivery of materials align with specified standards to avoid damage and loss. The proposal emphasizes transparency, requiring site visits prior to submission, submittal of required documentation for approval, and a final report confirming system calibration. The RFP reflects the FAA's commitment to upgrading safety systems while maintaining strict operational integrity within critical aviation facilities. This replacement demonstrates the agency's ongoing efforts to ensure regulatory compliance and enhance the overall functionality of the air traffic control system.
    The document is an amendment to a solicitation/modification of a federal contract identified by ID code 0002, effective May 28, 2025, issued by the FAA Aeronautical Center in Oklahoma City. This amendment primarily addresses corrections to the Product Service Code and the NAICS Code, which have been changed to Z2BA and 238220, respectively. Additionally, it states that all other terms and conditions of the original contract remain unchanged. Contractors must acknowledge receipt of the amendment properly to avoid rejection of their offers. The document serves to update contractors regarding important administrative changes and ensures compliance with procedural requirements. Overall, this amendment highlights the federal government's responsiveness to contractual accuracy and facilitates ongoing communication with contractors involved in the project.
    The FAA is seeking bids for a construction project involving the replacement of a refrigerant monitor in the Chiller Room at the Fort Worth ARTCC, funded through the IIJA program. The total contract value is between $10,000 to $50,000, with a stipulated delivery timeline of 30 days following the Notice to Proceed. The intention is to award the contract to the lowest responsible bidder. A site visit is scheduled for June 11, 2025, and attendance confirmation is required by June 6, 2025. The contractor is responsible for all labor, materials, and permits necessary to complete the work per the attached statement of work and specifications. The contract emphasizes regulatory compliance, including adherence to federal guidelines regarding asbestos and environmental protection. The FAA mandates that all personnel, service provisions, and materials conform to government directives, ensuring quality and safety during execution. Moreover, it underlines the necessity of electronic submissions for payment requests, with clear structural requirements and provisions for work performance and delays highlighted throughout the document. This solicitation exemplifies the FAA's commitment to maintaining operational integrity while investing in infrastructure improvement and compliance with federal standards.
    This document outlines an amendment to a solicitation for a federal contract, specifically Amendment 0001 concerning the IIJA funded program for project number JCN: 24002856. Key updates include scheduling an additional site visit for prospective offerors on July 30, 2025, at a specified location in Fort Worth, Texas, with the contact person listed as Bruce Smith. Attendance confirmation from contractors is required by July 29, 2025. Furthermore, the deadline for proposal submissions has been extended to 3:00 PM on August 8, 2025. The document specifies that all other terms and conditions remain unchanged and emphasizes the importance of acknowledging receipt of the amendment to ensure valid participation in the bidding process. This amendment serves to clarify logistics pertaining to the solicitation, ensuring contractors are well-informed and have the opportunity to prepare appropriately for submissions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    Two Chiller Replacement Project
    Buyer not available
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    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.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.