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 replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.

    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 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.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    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.
    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.
    LTUY202129 Repair Building 290 Boiler
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for the repair of the Building 290 boiler at the Jefferson Barracks Air National Guard Station in St. Louis, Missouri. The project involves replacing an outdated 1988 boiler with a new high-efficiency condensing boiler, including the installation of associated piping, valves, a water treatment system, and a new pump and motor. This procurement is crucial for enhancing energy efficiency and reliability while ensuring compliance with applicable codes and standards. The total budget for this project is $60,000, and it is set aside exclusively for small businesses under NAICS code 238220. Key deadlines include a pre-proposal conference on January 7, 2026, with proposals due by January 22, 2026. Interested contractors should contact MSgt Joe Bernier at joseph.bernier.1@us.af.mil or SMSgt Mark Phillips at mark.phillips.18@us.af.mil for further information.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    FCI Milan - Emergency Surface Blowdown Heat Recovery/DA Controls
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Emergency Surface Blowdown Heat Recovery/DA Controls project at the Federal Correctional Institution (FCI) Milan in Michigan. The project requires the contractor to provide a temporary Surge/Deaerator System, remove an existing tank, and install a new two-tank system to ensure continuous steam service, adhering to all local, state, and federal regulations. This opportunity is critical for maintaining the facility's operational efficiency and safety standards. Interested small businesses must submit their electronic bids by December 22, 2025, at 12:30 PM EST, and are encouraged to contact Kevin Slone at kslone@bop.gov for further inquiries.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing roofing systems and the installation of new asphalt shingle roofs on six Missile Alert Facilities (MAFs), requiring contractors to provide all necessary labor, equipment, and materials while adhering to strict safety and environmental regulations. The estimated contract value ranges between $500,000 and $1 million, with proposals due by January 20, 2026, and a mandatory site visit scheduled for January 7, 2026. Interested parties can contact Branden Lawson at branden.lawson@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil for further information.