CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
ID: 697DCK-25-R-00173Type: Solicitation
Overview

Buyer

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

NAICS

Glass and Glazing Contractors (238150)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

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

    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the announcement of a new site visit date related to the RFP for a project involving Cab Glass Replacement. The revised site visit is scheduled for Tuesday, February 18, 2025, at 10 AM local time. Participants must submit an attendee list to the designated Point of Contact, John Randolph, via email by 2 PM EST on Monday, February 17, 2025. This communication serves to ensure proper organization and to facilitate the participation of interested parties in the upcoming site visit, emphasizing adherence to specified deadlines for submissions. The overall purpose aligns with maintaining efficient communication and coordination in relation to the RFP process, which is essential for successful project bidding and oversight in government contracting.
    The Federal Aviation Administration (FAA) is soliciting sealed bids for the CAB Glass Replacement Project at the Lewisburg ATCT in Lewisburg, WV. The procurement process is categorized as a Screening Information Request (SIR) with a focus on providing the lowest price that is technically acceptable. The project falls under NAICS Code 238150, with a small business size standard set at $19 million. It is anticipated that the total project cost will be less than $50,000, and no performance or payment bonds are required. Interested contractors must begin work within 5 calendar days of receiving the notice to proceed and complete the project within 60 calendar days. Key milestones include a site visit on February 12, 2025, with bids due by March 4, 2025. Contractors are expected to provide all necessary resources, including skilled labor and materials, to ensure compliance with the Statement of Work and other project specifications. In summary, this document outlines essential details for potential contractors regarding bidding requirements, project scope, and compliance with federal acquisition regulations, emphasizing the FAA's commitment to maintaining safety and operational standards at its facilities.
    The document outlines the procedures and specifications for the replacement of a cracked insulating glass unit (IGU) at the Federal Aviation Administration (FAA) Air Traffic Control Tower (ATCT) at Greenbrier Valley Airport in Lewisburg, WV. Key tasks include the careful removal of the damaged IGU, the construction of a protective containment barrier to ensure safety during removal, and the installation of a new, precisely measured IGU. The project must adhere to safety regulations, particularly regarding the handling of lead and potential asbestos materials. Completion of the work is required within 14 days of notice and must not disrupt air traffic control operations. Contractor personnel are mandated to have extensive experience in glass installation, and strict safety protocols must be followed, including the submission of detailed lift plans and scaffolding designs if necessary. Additionally, the document includes a submittal procedure for materials and equipment, emphasizing the need for compliance with safety and quality standards established by various regulatory organizations. The warranty for the IGU is stipulated, ensuring replacements for any defects occurring under standard conditions within ten years. This project exemplifies the importance of maintaining operational integrity and safety standards in federal infrastructure projects.
    The document outlines the General Decision Number WV20250009 for building construction projects in Greenbrier County, West Virginia, effective January 24, 2025. It establishes wage rates and labor classifications in compliance with the Davis-Bacon Act and relevant Executive Orders (EO) regarding minimum wage. For contracts initiated or extended after January 30, 2022, workers must be paid a minimum of $17.75 per hour in accordance with EO 14026. Contracts that fall under EO 13658 set a lower minimum of $13.30 per hour, applicable to certain contracts awarded between 2015 and 2022. The document provides detailed wage rates for various trades, such as electricians, carpenters, and laborers, indicating both hourly pay and fringe benefits. Additionally, it includes information on appealing wage determinations, ensuring compliance with worker protections, and the process for contractors to request additional classifications for unlisted job functions. The emphasis is on maintaining fair labor practices, safeguarding worker rights, and adhering to federal standards in public construction projects, reflecting the government's commitment to transparency and fairness in contractor engagements.
    The Federal Aviation Administration (FAA) is conducting a Past Performance Survey for the CAB Glass Replacement Project at Lewisburg ATCT, West Virginia. The survey aims to gather feedback from a listed performance reference regarding the contractor's previous performance on a specific contract. It consists of a series of questions evaluating various aspects of the contractor's work, such as resource allocation, responsiveness, management effectiveness, adherence to the Statement of Work, and the overall quality of service. Respondents are asked to rate the contractor on a scale from unsatisfactory to outstanding, provide additional comments if necessary, and indicate any performance issues, investigations, or terminations connected to the contractor. The survey, designed to take approximately 5 to 10 minutes, must be returned within three days to the designated contracting officer, Regina Singleton, at the FAA. This evaluation is vital for assessing the contractor's capability for future federal projects and ensuring compliance with federal contracting standards.
    The Supplemental Offer Information document outlines the requirements for firms responding to a federal Request for Proposal (RFP). It seeks pertinent company details including name, address, phone number, and contact person. A key section requires firms to provide a relevant work history, showcasing at least three projects of similar size and scope completed within the last five years. While specific experience with U.S. Government contracting is not mandatory, it is beneficial. Firms must detail work done for the Federal Aviation Administration (FAA) and other agencies, including project year, owner, location, description, and financial amounts. Additionally, the document requires references for three projects that align closely with the RFP's scope and budget. This structured approach facilitates the selection of qualified contractors by emphasizing proven experience and relevant references in government-related projects, thus ensuring compliance with federal contracting protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    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.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    *IIJA* ATLANTA AIR ROUTE TRAFFIC CONTROL CENTER Abate Rust, Remove Louvers and Infill on the ATL ARTCC Building Atlanta Air Route Traffic Control Center (ZTL)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract to abate rust, remove nonfunctional louvers, and infill openings at the Atlanta Air Route Traffic Control Center (ZTL) located in Hampton, Georgia. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, which has a budget between $50,000 and $100,000, within 30 days of receiving the Notice to Proceed (NTP). This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with safety standards and minimal disruption to FAA operations. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details, and must submit sealed offers by the designated deadline following a mandatory site visit scheduled for February 20, 2025.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the replacement of the cab window washdown system at the Air Traffic Control Tower (ATCT) located in Wilmington, North Carolina. The project entails the removal of outdated components and the installation of a new system, including a chemical surfactant tank and updated piping, with work scheduled to occur Monday through Friday during standard hours. This initiative is part of the airport's commitment to enhancing infrastructure while ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, with the project funded by the Infrastructure Investment and Jobs Act and expected to be completed by April 2024.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with stringent quality and safety standards. This procurement is critical for maintaining operational integrity in a key air traffic control environment, ensuring minimal disruption to ongoing activities. Interested parties should submit their proposals by February 28, 2025, with a project budget estimated between $50,000 and $100,000; for further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739.
    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 Department of Transportation, through 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 aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while adhering to federal, state, and local safety regulations. This initiative is crucial for enhancing security at the ATCT and ensuring the safety and efficiency of air traffic operations. Interested contractors must contact Angela Layman at angela.layman@faa.gov, with work expected to commence within five days of the notice to proceed and complete within the specified timeline, funded by the Infrastructure Investment and Jobs Act.
    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.