ZMP Multiple Projects
ID: 697DCK-26-R-00062Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES (Y1BC)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on the replacement of corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining operational efficiency and safety at the facility. Interested contractors must comply with various requirements, including bonding, insurance, and adherence to the Davis-Bacon Wage Rates, and are required to submit proposals electronically. A site visit is scheduled for January 20, 2026, and all inquiries must be directed to Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799, with proposals due within the specified timeline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Cooling Tower Yard and Pump House Plan for the ARTCC facility in Farmington, related to the renovation of mechanical systems and chilled water valve replacement. It details the layout of various components including DDCP power supplies, panel PCUs, a VFD, fan stack and screen, purge lines, and 10-inch CTS piping both above and underground. The plan also shows the pump house, flume, separator, and underground lines leading to white E/G's. Key sheet notes indicate the need for a shut-off isolation valve to bypass piping for new work and the replacement of a control valve and actuator for condenser water piping, with adjustments as needed. The project is managed by the Department of Transportation, Federal Aviation Administration, Engineering Services, Great Lakes Region, Chicago, IL, emphasizing upgrades to the facility's cooling and chilled water systems.
    The Federal Aviation Administration (FAA) is soliciting bids for the "RENOVATION OF MECHANICAL SYSTEMS CHILLED WATER VALVE REPLACEMENT PROJECT" at the Minneapolis Air Route Traffic Control Center (ARTCC) in Farmington, Minnesota. This Request for Proposal (RFP) outlines the replacement of two Chilled Water Flow Control Valves and one Bypass Condenser Water Flow Control Valve. The project demands careful coordination with the 24/7 operating facility to minimize disruption, adherence to all safety regulations including OSHA, and compliance with Minnesota DOT construction and material specifications. The contractor must have a minimum of five years' experience, provide a one-year warranty, and manage all aspects including submittals, site access, temporary facilities, and cleanup. Key personnel must meet specific experience and degree requirements. The project emphasizes detailed coordination drawings, digital project management using BIM files (Revit 2012, to be converted to the latest version), and weekly progress meetings to ensure seamless execution and compliance with FAA and national CAD standards.
    This government file, General Decision Number: MN20250053, issued on December 12, 2025, outlines prevailing wage rates and fringe benefits for building construction projects in Hennepin County, Minnesota. It specifically excludes single-family homes and apartments up to four stories. The document provides a comprehensive list of labor classifications, from Articulated Hauler to Wiring Systems Installer, detailing their hourly rates and fringe benefits. It refers to Minnesota Rules for labor classification definitions and directs questions to the Branch of Construction Wage Determinations. The file also includes information on Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage requirements for federal contractors under the Davis-Bacon Act. It explains various rate identifiers (Union, Union Average, Survey, State Adopted) and outlines the wage determination appeals process, providing contact information for initial decisions, review, reconsideration, and appeals to the Administrative Review Board.
    The ZMP Boiler Stack Replacement project at the Minneapolis ARTCC in Farmington, Minnesota, involves replacing two existing 30-inch OD refractory-lined boiler stacks with new 20-inch ID double-walled stainless steel vent stacks. The scope includes replacing breechings with 16-inch ID double-walled stainless steel, installing new supports, inspection doors, rain hoods, and fire stops, and repairing roof curbs and flashing. All work must comply with OSHA, FAA, and National Electric Code requirements. The project requires careful coordination with facility personnel for equipment shutdowns and adherence to confined space regulations. The contractor is responsible for furnishing all materials, equipment, and labor, and for restoring work sites. Bid options include the removal and reinstallation of a dishwashing room wall, ceiling repair in the dishwashing room, and replacement of the hot water heater flue.
    The U.S. Department of Transportation, Federal Aviation Administration (FAA) is seeking offers for the IIJA Multiple Projects at the Minneapolis (ZMP) ARTCC in Farmington, Minnesota. This Screening Information Request (SIR) outlines a negotiated procurement for a firm-fixed price, one-job lump sum contract, estimated between $400,000 and $500,000. The project requires labor, materials, and supervision for various tasks, including replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters. Key requirements include bonding, insurance, Davis-Bacon Wage Rates, electronic proposals, and adherence to the Buy American Act. The selected contractor must begin work within 5 calendar days of receiving a notice to proceed and complete it within 120 calendar days. Special conditions include a holiday moratorium on work, strict adherence to FAA specifications and drawings, electronic submittal of proposals and a Schedule of Values, and compliance with numerous clauses covering inspections, payments, safety, environmental concerns (asbestos-free construction, waste management), and employment verification.
    The provided government file outlines a project for the replacement of humidifiers for AHU 12 and AHU 13 in the Automation Wing Attic of the Minneapolis Air Route Traffic Control Center. The project involves the demolition of existing humidifiers and associated piping, followed by the installation of new electric steam humidifiers. Detailed construction notes specify the responsibilities of the general contractor, the process for removing and installing equipment, and the fabrication and soldering requirements for drain, water, steam, and condensate piping. The plan also includes electrical reconnection procedures, insulation requirements, and a schedule for the new humidifiers, identifying them as DRI-STEEM VM-25 units with specific output and electrical service characteristics. The document emphasizes adherence to manufacturer instructions and relevant codes.
    The Federal Aviation Administration (FAA) is seeking a contractor for the AHU 12 & 13 Humidifier Replacement Project at the Minneapolis Air Route Traffic Control Center (ARTCC) in Farmington, Minnesota. The project involves replacing humidifiers HU-12 and HU-13, serving air handlers 12 and 13 in the Automation wing's first-floor mechanical room. The scope includes humidifier shutdown, electrical disconnection, piping removal and installation, and functional testing. The ARTCC is a 24/7 operational facility, requiring the contractor to coordinate all work with the FAA Contracting Officer's Representative (COR) to minimize disruptions. The contractor must provide all materials, labor, and equipment, ensure experienced workers, and comply with all applicable codes and safety regulations. Key requirements include submitting a detailed schedule, coordinating with other trades through BIM files, and adhering to strict administrative procedures for RFIs and project meetings. The contractor is responsible for site safety, security, temporary facilities, cleanup, and any damage incurred.
    The ZMP Boiler Vent Stack Replacement project at the Chicago Air Route Traffic Control Center (ARTCC) in Farmington, Minnesota, outlines the contractual specifications between the Contractor and the Federal Aviation Administration (FAA). This document details general requirements, submittal procedures, temporary facilities and controls, and closeout procedures for the project. Key aspects include comprehensive safety programs, adherence to all local and federal codes, and strict coordination with the FAA Contracting Officer (CO) and Contracting Officer's Representative (COR) to minimize disruption to the 24/7 operational facility. The Contractor is responsible for all labor, materials, equipment, permits, and ensuring work quality, warranties, and site security. Detailed instructions are provided for various submittals, progress meetings, site access, work restrictions, utility interruptions, and protection of existing facilities. The overall purpose is to replace the boiler vent stack while ensuring safety, compliance, and minimal impact on ARTCC operations.
    The document outlines a project for replacing existing unit heaters in the Power Service Building at the Farmington ARTCC, operated by the Federal Aviation Administration. The project involves furnishing and installing new gas-fired unit heaters, reconnecting piping and electrical wiring, and providing all necessary controls for a complete functional system. Key tasks include installing new flue gas vent pipes, providing new 1/2" gas lines with dirt legs and shutoff valves, supporting unit heaters from ceiling structural steel, and reusing existing electrical power sources with new wiring and disconnects. The work must conform to all applicable codes, project specifications, and be performed professionally, with the contractor responsible for verifying existing conditions and coordinating with FM COR to minimize disruptions. The heater schedule details five existing GUH units, their locations, services, and specifications for the new Modine HD125 heaters.
    The Federal Aviation Administration (FAA) is seeking contractors for the Minneapolis ARTCC Gas Unit Heater Replacement Project in Farmington, Minnesota. This project involves replacing ten gas unit heaters and temperature controls in the Power Service Building's White Engine generator room, Katolite Engine Generator room, and storage garage. The scope includes demolition of existing heaters, installation of new units, thermostat replacement, new fused disconnect switches, gas dirt leg piping, and reconnection of controls and electrical. Contractors must coordinate all work with the FAA's Contracting Officer's Representative (COR) to minimize disruption to the 24/7 facility, comply with all applicable codes, and provide experienced workers with at least five years of experience. The contract outlines detailed requirements for submittals, waste management, site access, temporary facilities, safety, security, and material specifications, including a 50% waste diversion goal.
    The Federal Aviation Administration (FAA) is undertaking a Boiler Stack and Breeching Replacement project at the Administration Wing Basement of the ARTCC facility. This project involves the removal of existing breeching and stack components and their replacement with new, double-walled stainless steel systems. The new stack will be 20" ID, and the breeching will be 16" ID, both featuring insulation and air spacing for thermal protection. The scope includes modifying the stack enclosure, providing new supports, hangers, and bracing, and ensuring proper flashing and weather sealing for all penetrations. The contractor is responsible for verifying existing conditions, coordinating work to minimize operational disruptions, and performing boiler tuning and combustion reports after installation. The project emphasizes adherence to codes, specifications, and professional workmanship.
    Lifecycle
    Title
    Type
    ZMP Multiple Projects
    Currently viewing
    Solicitation
    Similar Opportunities
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple power panels at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. This project aims to modernize the electrical infrastructure by replacing outdated power panelboards and ensuring compliance with FAA specifications and safety standards. The contract is set aside for small businesses, with an estimated value under $100,000, and requires adherence to prevailing wage rates as specified by the Department of Labor. Interested contractors must submit their proposals electronically by January 29, 2026, and can direct inquiries to Joshua Espinosa at joshua.j.espinosa@faa.gov or by phone at 404-305-5799.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Firm-Fixed Price contract to design and build repairs for the façade and roof of Building 707 at the Minneapolis Air Reserve Station. The project, identified as QJKL 24-0014, requires professional design services, including Title I and Title II services, and encompasses a range of repairs such as roof replacement, skylight repair, and façade restoration for a 299-room hotel constructed between 2001 and 2005. The total performance period for the project is 405 days, with a budget estimated between $1,000,000 and $5,000,000, and the solicitation package is expected to be available on SAM.gov on or after January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the site for updates; for further inquiries, they can contact Chin Kuk Dahlquist at chinkuk.dahlquist.1@us.af.mil or Anthony Misenor at Anthony.Misenor.1@us.af.mil.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Building 50 Basement Kitchen" project at the St. Cloud VA Medical Center in Minnesota. This federal contract involves extensive remodeling of the existing Dish Room and Tray Service Line, addressing failing architectural, mechanical, electrical, plumbing, and HVAC systems, with a project scope that includes demolition, asbestos and lead-based paint abatement, and the installation of new finishes and systems. The total construction cost is estimated to range between $2,000,000 and $5,000,000, with bids due by January 29, 2026, at 10:00 AM CST. Interested parties should contact Contract Specialist Daniel Dobler at daniel.dobler@va.gov or call 651-293-3015 for further details.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair of the boiler in Building 290 at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project involves replacing an outdated 1988 model boiler with a new high-efficiency condensing boiler, including the installation of associated piping, valves, and a water treatment system. This procurement is critical for ensuring energy efficiency and reliability in facility operations, with a total budget of $60,000 and a contract duration of 60 calendar days post-award. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by January 22, 2026, following a pre-proposal conference and site visit on January 7, 2026. For further inquiries, contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or 314-527-8033.
    Construction of New Airport Traffic Control Tower (ATCT) - Grand Forks, ND
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking offers for the construction of a new Airport Traffic Control Tower (ATCT) at Grand Forks International Airport in Grand Forks, North Dakota. This project entails a firm fixed-price contract valued between $60 million and $70 million, with a performance period of 730 calendar days following the Notice to Proceed. The construction of the ATCT is crucial for enhancing air traffic management and safety at the airport, reflecting the FAA's commitment to modernizing aviation infrastructure. Interested contractors must submit their proposals by March 2, 2026, and can direct inquiries to Erin Crabtree at erin.m.crabtree@faa.gov.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor for the "Replace Boilers and Upgrade Controls" project at the West Roxbury VA Medical Center in Massachusetts. The project involves comprehensive construction activities, including the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated contract value between $50 million and $100 million. This initiative is critical for modernizing the facility's heating infrastructure and control systems, ensuring compliance with safety standards and operational efficiency. Proposals are due by 4:00 PM ET on February 27, 2026, and interested parties should contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386 for further details.
    MARKET SURVEY: PREPARE, REMOVE PAINT, AND REPAINT THE EXISTING ASDE TOWER AND SHELTERS AT THE DENVER INTERNATIONAL AIRPORT (DEN) IN DENVER, CO
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified contractors for the preparation, removal of paint, and repainting of the existing ASDE Tower and shelters at Denver International Airport (DEN) in Colorado. The project involves compliance with federal, state, and local regulations, particularly concerning lead-based paint removal, as the tower has been identified to contain lead, necessitating adherence to strict safety standards and certifications. The FAA estimates the project cost to be between $325,000 and $450,000, with a single Firm Fixed Price (FFP) contract intended for award to the lowest responsive bidder. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on January 19, 2026, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Heat Plant Boiler Tube Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Boiler 1 at the heat plant located on Malmstrom Air Force Base in Montana. This procurement is aimed at addressing urgent maintenance needs for critical heating equipment, which is essential for the operational functionality of the base. The repair work is classified under the maintenance, repair, and rebuilding of plumbing, heating, and waste disposal equipment, highlighting its importance in ensuring reliable heating services. Interested contractors can reach out to Alexander D. Luttrell at alexander.luttrell.1@us.af.mil or by phone at 406-731-4001 for further details regarding the Justification and Approval for Unusual and Compelling Urgency associated with this opportunity.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the FA4626 341st Contracting Squadron at Malmstrom Air Force Base, is soliciting proposals for the "Repair MAF Roofs" project, which involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs). The project requires contractors to provide all necessary labor, equipment, and materials, adhering to strict performance timelines and safety regulations, with a total estimated contract value between $500,000 and $1,000,000. Interested small businesses must submit their proposals by January 20, 2026, with a site visit scheduled for January 7, 2026, to facilitate understanding of the project requirements. For further inquiries, potential bidders can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.