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 Apr 23, 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 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.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 6:09 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.
Apr 23, 2025, 6:09 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.
Apr 23, 2025, 6:09 PM UTC
Apr 23, 2025, 6:09 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.
Apr 23, 2025, 6:09 PM UTC
The Q&A sheet for RFP 6973GH-25-Q-00084 addresses inquiries regarding the specifications and requirements for door installations within an active airport site. Key points include clarification on door hardware according to the specified sections, adjustments to door dimensions and materials, and replacement requirements for designated frames. The document confirms that certain louver vents are no longer necessary, allowing for alternative door types, and specifies that the government will handle crane permit requests for material lifting at the airport. Additionally, it clarifies specifications for roof hatch operations, indicating the intent to require single-hand operation without being limited to Bilco products. This Q&A serves as a resource for contractors to ensure accurate quoting and adherence to project specifications, reflecting the complexities and regulatory requirements inherent in government construction projects.
Apr 23, 2025, 6:09 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.
Apr 23, 2025, 6:09 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.
***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.
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: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
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 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.
Siding at FSD ATCT (Sioux Falls, S.D.)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "Siding at FSD ATCT" located in Sioux Falls, South Dakota. The procurement involves replacing the building envelope at the Sioux Falls Air Traffic Control Tower, which includes tasks such as removing existing vinyl siding, replacing windows with new double-pane casement windows, and installing insulated metal panel siding, among other requirements. This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with FAA regulations while minimizing disruption to airport operations. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196.
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.
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.
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
LIT ATCT, HVAC, Replace Boiler, Controls System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls and a new boiler installation, ensuring that a fully operational cooling system is maintained throughout the construction phase. This upgrade is critical for maintaining operational integrity and compliance with FAA standards, as it enhances the facility's HVAC capabilities and ensures safety and efficiency in air traffic control operations. Interested contractors must submit their proposals by May 28, 2025, following a mandatory site visit on May 7, 2025, with an estimated project budget between $850,000 and $1,500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.