Fire Life Safety at EVV ATCT in Evansville, Indiana
ID: FLS_EVV_ATCTType: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified contractors for a fire life safety upgrade at the Evansville Air Traffic Control Tower (ATCT) in Indiana. The project involves enhancing the architectural, mechanical, electrical, and fire protection systems to meet OSHA, FAA, and fire code requirements, including the replacement of the existing fire detection and alarm system components. This upgrade is crucial for ensuring the operational safety and effectiveness of the ATCT, with an estimated project cost ranging from $400,000 to $750,000. Interested small businesses must submit their proposals by February 7, 2025, and can contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation or contract issued by the Federal Aviation Administration (FAA), altering the site visit date for a specific project. Originally scheduled for 10-11 December 2024, the site visit is now set for 17-18 December 2024 at 8:00 AM. Contractors are instructed to acknowledge receipt of this amendment by specified methods, such as returning signed copies or submitting letters or telegrams referencing the amendment before the deadline. The amendment ensures that all other terms and conditions of the contract remain unchanged, affirming its validity and continuity. This modification highlights the essential process of maintaining clear communication and adherence to updated schedules within government contracting frameworks, emphasizing compliance and documentation in federal Requests for Proposals (RFPs).
    This government document serves as an amendment to a solicitation regarding a contract under the Federal Aviation Administration (FAA). The primary purpose of the amendment is to extend the due date for receipt of bids from January 21, 2025, to February 7, 2025, ensuring submissions are made by 6:00 PM CST. The document outlines the procedures for bidders to acknowledge receipt of the amendment, including submitting written acknowledgments alongside their offers or referencing the amendment in their communications. All other terms and conditions remain unchanged, reinforcing the general structure and stability of the contractual relationship. The document reflects the necessary adjustments within government contracting processes, maintaining compliance with administrative requirements while facilitating smoother bidding operations.
    The document outlines a solicitation for a total small business set-aside contract issued by the Federal Aviation Administration (FAA) for a fire life safety upgrade at the Evansville, Indiana Air Traffic Control Tower (EVV ATCT). The estimated project cost ranges between $400,000 and $750,000. Key requirements include an active registration in the System for Award Management (SAM), submission of performance and payment bonds, and compliance with various federal guidelines. Proposals must be submitted in sealed format, with a deadline for offers set for January 21, 2025. It highlights the necessity of pre-construction approvals and the scheduling of site visits. The document also stresses labor compliance, particularly regarding veteran employment and affirmative action goals. It mandates the inclusion of specific clauses that govern the contractor's obligations, including reporting requirements, insurance, and compliance with federal regulations pertaining to employment practices. Additionally, the FAA emphasizes the need for electronic submission of invoices via the Delphi eInvoicing web portal, alongside the standards for contractor and subcontractor classifications. This comprehensive request encapsulates the FAA's commitment to fostering small business participation while ensuring adherence to safety and regulatory standards throughout the project lifecycle.
    The document outlines the specifications for the fire protection and life safety upgrade for the Airport Traffic Control Tower (ATCT) at Evansville Regional Airport, IN, as mandated by the Federal Aviation Administration (FAA). Key objectives include enhancing the existing fire detection and alarm systems to comply with OSHA, FAA, and fire code requirements, ensuring all equipment is new and UL-listed for intended use. The contractor is responsible for all materials, labor, and equipment to complete the project within 90 calendar days. Due to the presence of asbestos-containing materials, specific precautions must be taken. Submittals required from the contractor include a detailed project work plan, equipment lists, shop drawings, and documentation of system testing and operation manuals. Additionally, the contractor is mandated to ensure the safety of the work environment, comply with risk management protocols, and manage quality control throughout the duration of the project. Final approval of work is contingent upon successful completion of all tests and the submission of comprehensive documentation to the FAA. This upgrade is pivotal for ensuring the operational safety and effectiveness of the ATCT while minimizing disruption during construction activities.
    The document outlines the wage determination for building construction projects in Indiana, specifically covering various counties and detailing wages applicable under the Davis-Bacon Act. It establishes requirements for contractors regarding compensation based on updates from Executive Orders 14026 and 13658, mandating minimum wage rates for covered workers—$17.20 for contracts initiated or renewed after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. It includes a comprehensive list of job classifications, hourly rates, and fringe benefits for various trades such as carpenters, electricians, laborers, and others in multiple counties. The document emphasizes that unlisted classifications for specific work may be submitted via a conformance request. Furthermore, it provides instructions for processes related to wage determination appeals and clarifies the role of federal contractors in abiding by the stated wage rates. This wage determination is critical for ensuring compliance with federal contracting laws and fostering fair labor standards in state and local government projects across Indiana.
    The document is a Performance Questionnaire for contractors involved in the EVV Fire Protection/Life Safety Upgrade project. It requests detailed information from the contractor, including their name, contract number, initiation and completion dates, total value, and type of contract. Evaluators are required to assess the contractor's performance across various criteria such as quality of products and services, overall performance, technical requirements, schedule adherence, cost control, customer satisfaction, and an overall assessment, using a rating system from exceptional to unsatisfactory. The feedback collected will contribute to source selection evaluation, ensuring that qualified contractors meet required standards and effectively manage their projects. The questionnaire underscores the importance of compliance with project specifications and responsiveness to stakeholder needs within government contracting processes.
    The document is an amendment to a solicitation and modification of a contract issued by the Federal Aviation Administration (FAA). Its purpose is to update certain wording in the solicitation related to past performance criteria in Section M. Specifically, the term "elevator maintenance" has been revised to "fire alarm replacement." This amendment highlights the procedural requirements for contractors to acknowledge receipt of the amendment, ensuring compliance prior to the deadline for offers. Importantly, it reaffirms that aside from the specified changes, all other terms and conditions of the original solicitation remain in force. The document is formally signed by the contracting officer, Elisha J. Distler, indicating official approval of the modifications. This amendment reflects standard practices within government contracts, emphasizing the importance of precise language and contractor obligations in federal procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the HVAC, Roofing, Fascia, and Fencing Refurbishment Project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project requires contractors to provide all necessary labor, materials, tools, and supervision to refurbish critical infrastructure, ensuring operational readiness and compliance with federal safety standards. This refurbishment is vital for maintaining the integrity of air traffic communications, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals by February 25, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
    MARKET SURVEY - RDG ATCT (Design-Build) project in Reading, PA
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) project in Reading, Pennsylvania, with an estimated budget of $50 million to $75 million. The FAA seeks to assess industry interest and capability to meet the project requirements, which include comprehensive design, construction, and engineering services that adhere to federal standards and sustainability practices. This initiative is crucial for enhancing air traffic control infrastructure, ensuring safety and efficiency in airport operations. Interested vendors must submit their qualifications by February 13, 2025, with inquiries accepted until February 6, 2025. Registration in the System for Award Management (SAM) is mandatory, and all costs associated with responses will be borne by the vendors. For further information, contact Robert Higgins at robert.higgins@faa.gov or call 781-238-7670.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    Fire Life Safety Maintenance and Testing at DEN, D01, BJC
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for Fire Life Safety Maintenance and Testing services at various locations in Denver, Colorado, including the Denver International Airport Air Traffic Control Tower (ATCT), Denver TRACON, and Rocky Mountain Metropolitan Airport ATCT. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover a performance period from April 1, 2025, to March 31, 2030, and includes multiple service intervals such as quarterly, semi-annual, annual, and five-year services as outlined in the Performance Work Statement. This procurement is critical for ensuring the safety and operational integrity of fire safety systems within FAA facilities, adhering to federal regulations and standards. Interested contractors must submit their proposals by February 13, 2025, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the CAB Glass Replacement Project at the Lewisburg Air Traffic Control Tower (ATCT) in Lewisburg, West Virginia. This project requires contractors to provide all necessary labor, tools, materials, and supervision to replace a cracked insulating glass unit (IGU), ensuring compliance with safety regulations and minimal disruption to air traffic operations. The work must be completed within 60 calendar days of the notice to proceed, with a site visit scheduled for February 12, 2025, and proposals due by March 4, 2025. Interested contractors must be registered in the Central Contractor Registry and submit their proposals electronically to Regina Singleton at regina.singleton@faa.gov, with the total project cost anticipated to be less than $50,000.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    Air Route Surveillance Radar 4
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking small businesses to provide upgraded fall protection systems for the Air Route Surveillance Radar-4 (ARSR-4) due to non-compliance with Environmental Occupational Safety and Health (EOSH) standards. The procurement involves manufacturing new fall protection kits, which include components such as aluminum ladders, safety items, and platforms with guardrails, to replace outdated systems on 17 ARSR-4 radars. This initiative is critical for enhancing workplace safety and ensuring compliance with federal regulations. Interested vendors must submit a capability statement and proof of registration in the System for Award Management (SAM) by February 14, 2025, at 2:00 PM CT, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    XTLF 18-1012 Repair Fire Alarm F542
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and installation of a new fire alarm system at Building 542. The project entails the demolition of the existing fire alarm system and the installation of a new system, along with any incidental related work, all to be executed in accordance with the provided plans and specifications. This procurement is crucial for ensuring the safety and compliance of the facility with fire safety regulations. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Leanna Nelson at leeanna.nelson@us.af.mil or Thomas Patton at thomas.patton.1@us.af.mil, with proposals due by the specified deadline outlined in the solicitation documents.