IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
ID: 697DCK-25-R-000231Type: 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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.

Point(s) of Contact
Files
Title
Posted
The document outlines a Request for Proposal (RFP) from the Federal Aviation Administration (FAA) for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth ARTCC, Texas. The objective is to procure services for replacing 12 exterior security lighting fixtures. This solicitation adopts a Lowest Price Technically Acceptable (LPTA) approach, with the NAICS code 238210 applicable for small businesses with a size standard of $19 million. The estimated project cost is under $50,000, and performance/payment bonds are not required. Key dates include a site visit scheduled for April 8, 2025, and the due date for offers by April 22, 2025. Interested contractors must provide proof of insurance, adhere to specified labor and safety standards, and secure all necessary permits. The project emphasizes using domestic materials per the Buy American Act, ensuring compliance with federal regulations regarding safety and environmental standards. In conclusion, this RFP serves as a formal invitation for contractors to submit competitive offers, aiming to enhance safety and security at a critical air traffic control facility while ensuring adherence to regulatory standards.
Mar 28, 2025, 7:05 PM UTC
The document outlines wage determinations for building construction projects in Tarrant County, Texas, effective March 14, 2025. It specifies that contracts subject to the Davis-Bacon Act must comply with minimum wage rates under Executive Orders 14026 and 13658. For contracts initiated or renewed after January 30, 2022, the minimum wage is $17.75 per hour; contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. Detailed wage rates for various construction trades are provided, highlighting compensation for skilled workers including asbestos workers, boilermakers, and electricians. Additional stipulations dictate paid sick leave requirements under Executive Order 13706 for contracts awarded after January 1, 2017. The comprehensive structure includes wage classifications with specific rates and fringes, along with definitions for union, survey, and state-adopted rates. It offers an appeals process for wage determination disputes, outlining routes for requesting reviews and reconsiderations through the U.S. Department of Labor. The document emphasizes compliance with labor standards to ensure fair wages and worker protections in public contracts, reflecting the government's commitment to regulating labor practices within federally funded construction projects.
Mar 28, 2025, 7:05 PM UTC
The Federal Aviation Administration (FAA) is soliciting feedback through a Past Performance Survey for evaluating a contractor listed as a performance reference. The survey requests detailed information including contractor name, contract number, type, and description of services. It comprises a rating system (1 to 5) to assess contractor performance on various criteria such as resource commitment, responsiveness to issues, adherence to the Statement of Work, and overall quality of service. Additional questions inquire about any incidents that may impact performance, such as investigations by the Labor Department, safety, or security, and solicit insights on proactivity and cost-saving suggestions made by the contractor. Completion of the survey within three days is emphasized, with provisions for contacting the FAA's Contracting Officer for any questions. This survey aims to gather evaluative data to inform future contracting decisions and enhance performance standards in government acquisitions.
Mar 28, 2025, 7:05 PM UTC
The document outlines the Supplemental Offer Information required for firms responding to federal and state/local Requests for Proposals (RFPs) or grants. It necessitates specific company details, including firm name, address, phone number, and a contact person. A critical component is the relevant work history section, where bidders need to document at least three past projects of similar size and scope completed within the last five years. This work history can include projects for the Federal Aviation Administration (FAA), other U.S. government agencies, or projects of similar cost for other clients. Additionally, firms must provide three references from projects that are closely aligned with the current RFP’s requirements, including specific contact information for those references. This structured format aims to evaluate the bidder's qualifications and experience in executing government contracts while emphasizing familiarity with the necessary contracting procedures.
Mar 28, 2025, 7:05 PM UTC
The document outlines the Statement of Work (SOW) for a project to replace twelve exterior security lighting fixtures at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC). The contractor is tasked with providing labor, materials, and equipment, including new LED fixtures that comply with specific FCC standards. The project requires coordination with FAA personnel to ensure minimal disruption to air traffic operations, as the facility operates continuously. Key requirements include conducting a pre-construction conference, complying with safety and security protocols, obtaining necessary permits, and ensuring the project adheres to local and FAA regulations. The contractor must also manage logistics for material delivery and storage, adhere to strict security measures, and maintain a clean work environment. Finally, the document specifies warranties for the installed equipment and outlines proper procedures for installation. Overall, the project emphasizes safety, regulatory compliance, and operational continuity during the replacement of lighting at a critical air traffic facility.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.
SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the George Bush Intercontinental Airport in Houston, Texas. The project aims to ensure the maintenance and safety of critical aviation infrastructure, particularly addressing lead-based paint concerns identified in prior assessments. The total project value is estimated between $350,000 and $450,000, with a firm fixed price contract anticipated to be awarded to the lowest responsive bidder by April 15, 2025. Interested contractors must attend a mandatory site visit on April 3, 2025, and submit any questions by April 9, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov.
(IIJA) SIR The Federal Aviation Administration (FAA) has a requirement for Replacement of Flow Control Valves at the FAA Potomac Consolidated TRACON in Warrenton, VA 20187.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. The project involves the replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, while adhering to safety protocols and minimizing disruption to air traffic control services. This initiative is part of the FAA's commitment to maintaining operational integrity and enhancing the efficiency of its air traffic control infrastructure. Proposals are due by April 22, 2025, with a site visit scheduled for April 8, 2025, and all inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
MARKET SURVEY: REMOVE SURFACE CORROSION AND APPLY PROTECTIVE COATING TO THE FOUR ENGINE GENERATOR EXHAUST MUFFLERS AND EXTERIOR PIPING OF THE POWER SERVICES BUILDING (PSB) AT THE FORT WORTH AIR ROUTE TRAFFIC CONTROL CENTER (ZFW ARTCC) IN FORT WORTH, TX.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified sources for a project involving the removal of surface corrosion and the application of protective coatings to four engine generator exhaust mufflers and exterior piping at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC) in Texas. The contractor will be responsible for refurbishing the mufflers while ensuring that safety protocols are strictly followed to avoid disruptions to air traffic operations, with oversight from FAA personnel during the project. This initiative is crucial for maintaining operational efficiency and compliance with safety regulations, reflecting the FAA's commitment to preserving infrastructure integrity. Interested vendors are encouraged to submit their statements of interest and capability by 4:00 p.m. Central Time on April 17, 2025, with an estimated project budget between $20,000 and $45,000. For inquiries, contact Stephen Branch at stephen.n.branch@faa.gov.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. The project requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, responsive offeror. Interested parties must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
IIJA Funded - Replace Window Washdown System at Wilmington, NC, ATCT
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the window washdown system at the Wilmington, NC, Air Traffic Control Tower (ATCT). This project, funded by the Investment Infrastructure and Jobs Act (IIJA), aims to enhance visibility from the control cab by installing a new washdown system, which includes the removal of outdated components and the installation of new tanks, piping, and electrical wiring. The successful contractor will need to coordinate closely with the FAA to ensure minimal disruption to air traffic operations and adhere to strict safety and environmental standards. Interested vendors should contact Angela Layman at angela.layman@faa.gov for site visit arrangements and must submit all required documentation by April 23rd, 4 PM MT, to be considered for this competitive, unrestricted solicitation under NAICS code 238220.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 10 April 2025
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small business contractors to replace flooring in the boiler room, chiller room, and ESU offices at the Houston ARTCC ZHU. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a total area of approximately 4,323.4 square feet. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and emphasizes compliance with federal and state regulations regarding hazardous materials, ensuring a safe and functional working environment. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.