ZDV CTRB Raised Floor
ID: 6973GH-26-R-00024Type: Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for a construction, alteration, or repair project with solicitation number AC-26-00322 and purchase request number 6973GH-26-R-00024. The project, estimated between $250,000.00 to $500,000.00, is a Competed Small Business Setaside focusing on the ZDV CTRB, Raised Floor at 2211W 17th Ave. Longmont, CO 80501. Key dates include a mandatory site visit on January 7, 2026, with an RSVP deadline of January 5, 2026, and all questions due by January 14, 2026. Proposals are due by January 28, 2026, at 1600 CST and must be emailed to jason.m.perry@faa.gov. The contractor must begin work within 5 calendar days of receiving notice to proceed and complete the project within 30 days. The document outlines detailed clauses regarding emergency situations, inspections, payment procedures, warranties, permits, electronic commerce, asbestos handling, contractor testimony, and various other contractual requirements and compliance mandates, including those related to Presidential Executive Orders.
    The project at ZDV ARTCC (Denver) involves installing a new 18-inch high raised access floor system and a Signal Reference Grid (SRG) in the Control Wing Basement, covering approximately 2,982 square feet. The scope includes constructing ADA-compliant ramps and stairs, a new 9-foot-6-inch partition, and a 2-hour rated alcove with a new east door. Extensive demolition of existing ramps, stairs, electrical components, fire alarms, and partitions is required. New installations will include fire stopping, wall-mounted handrails, floor-mounted handrails, new doors and hardware, and various finishes such as rubber wall base, static dissipative rubber tiles, and carpet tiles. Electrical work involves relocating outlets, light switches, and fixtures, as well as providing new wall-mounted light fixtures and exit signs. A crucial aspect is the provision of an SRG under the new raised floor, with all components welded using smokeless exothermic welds, ensuring proper grounding. The project also entails installing a new fire detection alarm and strobe, and reconnecting the key card reader system at the new east door. Pre-construction requirements include stakeholder coordination, compliance with FAA regulations, Work Request Review submission, phased workplan approval, material submittals, and system component verification. Construction activities demand personnel vetting, FAA notification, use of low VOC materials, weekly progress meetings, operational impact mitigation, FAA personnel coordination for electrical work, and strict protection of government property. Waste management, including disposal of asbestos-containing materials and lead, must adhere to state and EOSH procedures. Compliance with EPA, OSHA, Fire Marshal, NFPA, ADA, and all applicable building and electrical codes, including FAA standards, is mandatory.
    Leidos Corporation conducted a Limited Lead (Pb) Paint Survey at the Denver Air Route Traffic Control Center (ZDV ARTCC) in Longmont, Colorado, for an upcoming project in Room B120. The inspection, performed by Thomas Nash on January 9, 2025, identified Lead-based Paint (LBP) at or above the HUD standard of 1.0 mg/cm² on specific door jambs (Doors 57, 56, and 52). Lead-containing Paint (LCP) was found on walls, columns, conduits, Door 51, and an electrical panel. Other surfaces tested negative for lead. The report recommends complying with OSHA and EPA regulations for lead-safe work practices during any disturbance of these painted surfaces, including proper waste characterization via TCLP analysis for disposal. The survey utilized a Niton handheld XRF analyzer, adhering to HUD-accepted scientific practices.
    The “FOUR CHANNEL RAISED FLOOR & SRG” project at the Denver Air Route Traffic Control Center (ZDV ARTCC) in Longmont, CO, involves constructing a raised floor system, ADA accessible ramps, steps, and a signal reference grid (SRG) in the Four Channel Area (B120A). The project, identified as JCN 21002189, includes demolition, architectural, electrical, and fire/life safety work. All work must comply with the 2024 International Building Code, NFPA 101, National Electric Code, and FAA standards. The FAA will occupy the facility throughout the project, requiring extensive coordination to prevent operational disruptions. Strict work restrictions, security protocols, and safety requirements, including an accepted Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), are mandatory. The contractor is responsible for all materials, labor, equipment, site access, waste disposal, and adherence to all local, state, and federal regulations.
    The Denver ARTCC (Air Route Traffic Control Center) in Longmont, CO, is undergoing renovations to install a 4-channel raised floor and Signal Reference Grid (SRG) system in its basement. The project involves significant demolition of existing ramps, stairs, light fixtures, power outlets, and a central vacuum system, with many items to be retained and relocated to code-compliant heights. New construction includes a raised access floor system matching the existing 18-inch height, new 2-hour rated partitions and doors, and the installation of a comprehensive SRG system with specific grounding requirements using copper strips and conductors. The finish plan details the use of ESD rubber floor tiles, carpet tiles, paint, and rubber wall base. Architectural details cover ADA-compliant ramps and stairs, various wall types, and door specifications for a 2-hour fire-rated door. The project emphasizes adherence to detailed specifications for the raised floor, SRG, and ADA accessibility.
    Terracon Consultants, Inc. conducted an asbestos survey at the Denver ARTCC (ZDV) campus in Longmont, CO, between April 29 and May 3, 2019, in preparation for planned renovation activities. The survey covered nine buildings, including the ARTCC Building, RCI Tower, AAS Support Building, Power Services Building, Engineering Trailer, Guard House, Storage Building, and Pump House. Asbestos-containing materials (ACM) were identified in the ARTCC Building, RCI Tower, and Power Services Building. No ACM was found in the AAS Support Building, Engineering Trailer, Guard House, Pump House, or Storage Building. The report also lists materials with less than 1% asbestos and materials assumed to contain asbestos. The identified ACM is classified under NESHAP regulations, with friable materials categorized as RACM. The report emphasizes that RACM and certain non-friable ACM must be removed by a certified contractor prior to any disturbing activities, in accordance with federal, state, and local regulations. The survey did not include destructive sampling, concealed areas, or exterior/roofing materials.
    The Department of Transportation's Contractor's Release form outlines the conditions under which a contractor discharges the U.S. Government from all liabilities and claims upon receiving payment for a contract. This legal document specifies exceptions to this release, including claims for stated or estimated amounts not yet precisely determined, claims for liabilities to third parties unknown at the time of release execution but later reported, and claims for reimbursement of patent-related costs. The contractor commits to adhering to all contract provisions concerning patent matters and unreleased claims, particularly those related to notification and litigation. The form includes provisions for corporate execution, requiring a secretary's attestation of the signatory's authority and the action's alignment with corporate powers. This form is essential for federal contracts, ensuring clarity on financial obligations and liabilities post-payment.
    This government file outlines requirements and guidelines for a federal program, likely an RFP or grant, focusing on organizational structure, business operations, and technical capabilities. It emphasizes the importance of clear communication and data exchange between participating entities. Key aspects include definitions of various organizational roles, data transfer protocols, and specific technical standards. The document also addresses compliance with relevant federal regulations and the need for robust information management systems. It details reporting requirements and the handling of sensitive information, ensuring transparency and accountability. The file underscores the comprehensive nature of the program, requiring participants to meet stringent operational and technical criteria while adhering to established governmental frameworks.
    This government file outlines instructions and legal requirements for executing performance bonds and other surety instruments within federal contracts. It details the responsibilities of both the Principal and Surety, emphasizing joint and several liability, and clarifies conditions under which the obligation may be void. The document also provides specific guidelines for corporations acting as sureties, requiring adherence to the Department of the Treasury's approved list. It mandates proper identification, signing authority, and corporate seals for all parties. Additionally, it addresses co-surety arrangements, tax payments, and modifications to contracts, ensuring all legal and administrative protocols are met for federal procurements. The instructions also include guidance on how long it should take to read the instructions, gather facts, and answer questions for the collection of information.
    The General Decision Number CO20250017 outlines prevailing wage rates for building construction projects in Boulder County, Colorado, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022), which are subject to annual adjustments. The document also lists specific wage and fringe benefit rates for various crafts, such as Asbestos Workers, Electricians, Plumbers, and Ironworkers, with their respective modification and publication dates. It includes information on Executive Order 13706, which mandates paid sick leave for federal contractors. The file concludes with a detailed wage determination appeals process, providing contact information for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board. This comprehensive guide ensures compliance with federal wage and labor standards for covered construction projects.
    This document, titled "OFFEROR EXPERIENCE INFORMATION," is an attachment for SIR: 6973GH-25-R-00125, designed to be completed by an offeror. It serves as a structured form for offerors to provide detailed information regarding their past project experience. The form requires the offeror's company details, including name, address, contact person, phone, and email. It also requests specifics about a relevant contract, task order, or purchase order, such as its number, dollar value, and current project status (active with an estimated completion date or completed with a completion date). Key sections of the form include fields for the project title, location, and a comprehensive description detailing the offeror's role and specific responsibilities. Additionally, it asks for the project owner or manager's information from the client side, including the government entity or company name, address, telephone number, and email. The document emphasizes that offerors should refer to Sections L and M of the SIR Document for minimum project value and recency criteria, indicating its use in evaluating an offeror's qualifications for a government RFP or similar procurement opportunity.
    Lifecycle
    Title
    Type
    ZDV CTRB Raised Floor
    Currently viewing
    Solicitation
    Similar Opportunities
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    FAA V-PAR Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.
    FY25 Garage Floor Repairs - 25Z4AF7
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract focused on garage floor repairs at the Federal Correctional Complex in Florence, Colorado. The project involves repairing and filling voids in approximately 11,300 square feet of concrete slabs in various facilities, including the garage, maintenance shop, and powerhouse. This opportunity is significant as it addresses essential maintenance needs within a penal facility, ensuring safety and operational efficiency. Interested small businesses must register in the System for Award Management (SAM) and monitor the SAM website for the solicitation, which is expected to be available around December 5, 2025, with an estimated project value between $100,000 and $250,000. For further inquiries, potential bidders can contact Brittany Baker at b7baker@bop.gov or by phone at 719-784-9454.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This total small business set-aside contract, estimated at $5,980,000, requires bidders to submit their proposals by December 9, 2025, at 2:00 p.m. local time, and includes a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov for further inquiries.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.