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.