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 Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 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 contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This procurement is critical for enhancing safety and security at a vital air traffic facility, with a total small business set-aside and an estimated project cost under $50,000. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.

Point(s) of Contact
Files
Title
Posted
The document pertains to a federal Request for Proposal (RFP) concerning the replacement of security lighting, detailing responses to vendor inquiries regarding project specifications. Key points include that contractors will not be required to provide temporary security lighting; rather, a one-for-one replacement of existing fixtures is expected. There are no specific engineering drawings available, but fixture specifications are outlined in the scope of work. Contractors are responsible for the disposal of the existing lighting. Details about parking arrangements will be determined in the pre-construction meeting, while new lights must operate at 525 mA. Additionally, clarifications on subcontractor documentation and small business certification requirements are provided, emphasizing the need for the SBA Small Business Designation Letter. Overall, this RFP amendment extends the proposal due date to April 29, 2025, at 5 PM EDT, ensuring participants are clarified on their roles and responsibilities associated with the security lighting project.
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.
Apr 24, 2025, 5:09 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.
Apr 24, 2025, 5:09 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.
Apr 24, 2025, 5:09 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.
Apr 24, 2025, 5:09 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 seeking qualified contractors 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 installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 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.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
***IIJA FUNDED*** SOLICITATION: REPLACE DOORS AT THE POWER SERVICES BUILDING AT THE ZKC AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC) IN OLATHE, KS.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of doors at the Power Services Building (PSB) located at the ZKC Air Route Traffic Control Center (ARTCC) in Olathe, Kansas. This project involves a firm fixed-price contract for the complete removal and replacement of doors, frames, and hardware, with an estimated contract value between $120,000 and $160,000, and a completion timeline of 45 days following the Notice to Proceed. The solicitation is exclusively set aside for small businesses, emphasizing the importance of compliance with safety and environmental regulations throughout the construction process. Interested contractors must submit their proposals by May 19, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
(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 contractors for the replacement of flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. This project involves the removal and replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, all while adhering to strict safety protocols and minimizing disruption to air traffic control services. The contract is set aside exclusively for small businesses, with an estimated value between $475,000 and $550,000, and proposals are due by April 28, 2025. Interested contractors should direct inquiries to Bryon Nolan at bryon.r.nolan@faa.gov and are encouraged to attend a mandatory site visit on April 8, 2025.
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, through 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. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
David Wayne Hooks (DWH) ATCT Replacement
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the replacement of the Airport Traffic Control Tower (ATCT) at David Wayne Hooks Memorial Airport in Tomball, Texas. This project involves a two-phase selection process, starting with a Request for Qualifications (RFQ) to identify up to three contractors, followed by a Request for Proposal (RFP) for the final selection. The initiative is part of a broader effort to modernize airport infrastructure, with an estimated budget between $35 million and $50 million, emphasizing compliance with FAA standards and sustainability principles. Interested parties must submit their qualifications by May 30, 2025, and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by May 16, 2025.
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.