SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
ID: 6973GH-25-Q-00084Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The FAA is issuing a solicitation for a construction project involving the replacement of roof hatches and doors at the ILM ATCT and base building. This contract is set-aside for small businesses and will be awarded to the offeror providing the lowest price. The performance period is 30 days after receiving the Notice to Proceed. Key documents included in the solicitation are the Statement of Work, design drawings, and required forms. The contractor must submit required performance and payment bonds and comply with additional solicitation requirements including labor standards and affirmative action goals. Inspections by the contracting officer or authorized representatives are permitted during the work. Requirements encompass a detailed breakdown of payment requests, with an emphasis on electronic submissions via the Delphi eInvoicing system. The document aligns with federal guidelines for construction contracts, highlighting supporting actions to ensure compliance with safety, equality, and environmental standards, thereby facilitating a structured and regulated approach to the project. This development reflects the government’s commitment to small business participation and efficiency in federal contracting processes.
Mar 31, 2025, 10:04 PM UTC
The document outlines a Contractor's Release form used by the Department of Transportation, enabling contractors to formally release the U.S. Government from liabilities associated with a specific contract, in exchange for payment. It specifies the amounts paid and payable, and outlines claims excluded from the release, such as those specified in the contract or related to third-party liabilities unknown at the time of signing. The contractor is required to comply with contractual provisions regarding patent matters and litigation. The form concludes with acknowledgment from witnesses or, in corporate cases, a declaration of authorization by the corporation’s governing body, certifying the release’s legitimacy. This document is crucial in ensuring clear terms between contractors and the government, addressing obligations and liabilities post-payment in the context of federal contracts and grants.
Mar 31, 2025, 10:04 PM UTC
Mar 31, 2025, 10:04 PM UTC
The document outlines the requirements for offerors responding to a governmental Request for Proposal (RFP) or contract opportunity. It includes a section for offeror information, which captures crucial details such as company name, contact person, phone number, and email address. Additionally, it requires identification of the contract or task order number, its dollar value, project status, and completion dates. A description of the project is to be provided, detailing the offeror's role and specific responsibilities. The project owner or manager's details must be submitted as well, including the government entity or company name, address, and contact information. Moreover, the document emphasizes the need for the offeror to demonstrate relevant experience according to the minimum project value and recency criteria outlined in the SIR document. This structured approach is aimed at ensuring that potential contractors are adequately evaluated based on their expertise and the scope of their proposed projects. Overall, the document serves as a foundational guide in the procurement process for government contracts, ensuring clarity and thoroughness in submissions.
Mar 31, 2025, 10:04 PM UTC
The project at Wilmington International Airport (ILM) involves the replacement of interior and exterior doors at the Air Traffic Control Tower (ATCT) and base building. The contract specifies the scope which includes removing six exterior and one interior door, installing new doors and hardware, and ensuring they meet specified dimensions and standards. The work must be completed within 30 days of receiving the Notice to Proceed, with operations to be coordinated with the FAA to ensure air traffic safety is not disrupted. The document includes details on the required project management and safety protocols to be followed during construction, compliance with OSHA standards, and maintenance of clean work conditions. Temporary facilities and protection for existing equipment must be established. A safety orientation program is mandatory for all personnel. Additionally, it specifies the types of doors (such as steel and aluminum-framed doors) along with relevant hardware, glazing requirements, and ensures the facilities adhere to accessibility standards. The contractor is responsible for carefully managing construction practices to minimize disruptions to airport operations while maintaining compliance with environmental regulations. Overall, this undertaking demonstrates a commitment to maintaining safety and efficiency within vital air traffic control operations.
Mar 31, 2025, 10:04 PM UTC
Similar Opportunities
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.
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 - HIO ATCT (Design-Build) project in Hillsboro, OR
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) at Hillsboro International Airport (HIO) in Oregon. The project aims to replace the existing ATCT, which has been operational since 1966 and suffers from space and visibility issues, with a new facility that will enhance operational safety and comply with environmental regulations. The estimated cost for this construction is between $40 million and $60 million, and interested parties must submit their responses to the market survey by April 14, 2025, demonstrating relevant experience and qualifications. For further inquiries, potential respondents can contact Robert Higgins at robert.higgins@faa.gov or by phone at 781-238-7670.
IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON)
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the IIJA Funded Fire Alarm Retrofit project at the Philadelphia Air Traffic Control Tower/Terminal Radar Approach Control (PHL ATCT/TRACON). The project involves replacing the existing Siemens MXL fire alarm system with the Siemens FireFinder XLS system, requiring contractors to provide labor, materials, and equipment while adhering to safety standards and federal regulations. This modernization effort is crucial for maintaining safety and compliance in aviation operations, with an estimated construction cost between $50,000 and $100,000. Interested contractors must submit their proposals electronically by April 15, 2025, and can direct inquiries to Amber Jones at amber.n.jones@faa.gov or Linda Hennequant at linda.hennequant@faa.gov.
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.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
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.
SOLICITATION SOLICITATION: GUY TENSIONING OF THE HUGER REPEATER TOWER IN THE FRANCIS MARION AND SUMTER FOREST NEAR HUGER, SC.
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the guy tensioning and repair of the Huger Repeater Tower located in the Francis Marion and Sumter Forest near Huger, South Carolina. The project requires contractors to provide all necessary labor, tools, and materials to complete the work within 30 days of receiving a Notice to Proceed, adhering to the specifications outlined in the attached Statement of Work. This initiative is critical for maintaining communication infrastructure essential for aviation operations and forest management. Interested small businesses must submit their proposals by April 15, 2025, with a scheduled site visit on April 2, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.
ZID Door Replacements - 697DCK-25-R-00264
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZID Door Replacements project at the Indianapolis Air Route Traffic Control Center (ARTCC) in Indiana. This procurement involves a bid/build door replacement project, which is critical for maintaining the operational integrity and security of the facility. The contract is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting local enterprises in federal contracting opportunities. Interested parties should contact Richard Palsgrove at Richard.L.Palsgrove@faa.gov for further details regarding the procurement process.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.