Pittsburgh International Airport (PIT) Refurbish Parking Lot and Sidewalk
ID: 00PIT2Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS (Z1BA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot and sidewalks at Pittsburgh International Airport (PIT). The project entails comprehensive work including the removal and replacement of concrete sidewalks, asphalt milling and resurfacing, curb and gutter replacements, and security fence repairs, aimed at enhancing the safety and operational efficiency of airport facilities. This initiative reflects the FAA's commitment to infrastructure improvement and compliance with federal standards, with an estimated project value between $300,000 and $500,000. Interested small businesses must submit their proposals by June 6, 2025, and can direct inquiries to Rodgers Cox at rodgers.l.cox@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for a construction project involving the refurbishment of the parking lot and sidewalk at Pittsburgh International Airport, issued by the Federal Aviation Administration (FAA). This project is part of a competitive procurement process, specifically set aside for small businesses under NAICS Code 238990, with an estimated cost between $300,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and are responsible for all applicable taxes. The FAA requires contractors to submit critical construction documents for approval within specified timeframes, with a site visit scheduled for potential bidders. Proposals must be submitted by a strict deadline, and all questions regarding the solicitation should be addressed in writing. The document outlines the overall scope of work, payment requirements, and compliance with the Davis-Bacon Act regarding wage rates. Contractors will start work within a specified timeframe after receiving the notice to proceed and must adhere to various regulations and standards outlined throughout the solicitation. The FAA's aim is to ensure a transparent and competitive bidding process to foster business opportunities while maintaining adherence to federal guidelines and quality standards.
    The document outlines an amendment to solicitation number 697DCK-25-R-00272 issued by the Federal Aviation Administration (FAA). The amendment replaces the original request for proposal dated April 10, 2025, with a new version dated May 6, 2025. This change reflects a significant alteration in the procurement strategy from Lowest Price Technically Accepted (LPTA) to a Best Value approach, which allows for more comprehensive evaluation criteria beyond just price. Contractors are required to acknowledge receipt of this amendment via specified methods, ensuring that their offers are considered timely. The contracting officer for this amendment is Rodgers L. Cox Jr., and all other terms and conditions from the original solicitation remain intact. This amendment emphasizes the FAA's ongoing efforts to refine acquisition strategies, aiming for greater efficiency and effectiveness in procurement practices.
    The document outlines an amendment to a solicitation/modification of a contract issued by the Federal Aviation Administration (FAA) concerning Regional Acquisitions. The amendment, identified as number two for a specific request for offer, updates the proposal due date to May 23, 2025, and replaces previous request details with revised information. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, which can be done in several specified ways. The modification details procedural changes and requirements regarding contractor signatures and the impact on contract pricing. Overall, this document serves to formally amend existing solicitations or contracts to reflect updated dates and conditions while maintaining previous terms except for those changes explicitly mentioned. This summary indicates the FAA's procedural compliance and transparency in managing contract modifications within federal procurement processes.
    This document is an amendment to solicitation number 697DCK-25-R-00272 issued by the Federal Aviation Administration (FAA). It modifies the original request for proposal (RFP), extending the proposal submission date from April 10, 2025, to May 30, 2025. The purpose of this amendment is to replace the initial RFP with an updated version dated May 20, 2025. Contractors must acknowledge receipt of this amendment as part of their offer submission to ensure consideration. The key point of contact for this amendment is Rodgers L. Cox Jr. at the provided email address. All terms and conditions of the prior documents remain in full effect unless specified otherwise in this modification. This amendment illustrates the FAA's ongoing procurement process for relevant services or products, illustrating crucial timelines and communication protocols for interested contractors.
    The document serves as an amendment to the solicitation for offer number 697DCK-25-R-00272, specifically from the Federal Aviation Administration. It replaces the previous request for proposal dated April 10, 2025, with a new date of May 30, 2025. As a result of this amendment, the proposal due date is extended to June 6, 2025. Additionally, the amendment includes the uploading of pertinent documents such as the Questions and Answers, the attendance sheet for the site visit, and updates on the PIT ATCT Parking Lot Rebid final package binder. All other contract terms remain unchanged and in full effect. The point of contact for further inquiries is identified as Rodgers L. Cox Jr., reachable via email. This amendment is critical for organizations participating in the solicitation to adjust their submissions and comply with the updated details, thereby ensuring a fair bidding process for the federal contract.
    The Federal Aviation Administration (FAA) is issuing a request for proposals to refurbish the parking lot and sidewalks at the Pittsburgh Airport TRACON facility, with a contract scope including the removal and replacement of various concrete structures, asphalt milling and resurfacing, and security fence repairs. The project also mandates proper site investigation by contractors, coordination with the FAA's Contracting Officer's Representative (COR), and adherence to strict timelines and quality control measures, including submission of detailed construction schedules. Contractors must undertake site conditions verification and ensure minimal disruption to public traffic during operations. Additionally, substantive warranties and guarantees are necessary upon project completion, alongside comprehensive project closeout documentation. The project aims to upgrade airport facilities to maintain safety and operational efficiency, reflecting the FAA's commitment to infrastructure improvement while ensuring compliance with federal requirements.
    The document outlines the General Decision Number PA20250001 for construction wage determinations applicable in Allegheny County, Pennsylvania, specifically for building erection and foundation excavation projects. It details the wage rates and fringe benefits mandated under applicable laws, including the Davis-Bacon Act and significant Executive Orders regarding minimum wage. The wage rates vary by trade and classification, indicating both base pay and benefits. Contractors are required to comply with established wage rates for various construction roles, from carpenters to electricians, with specific rates for skilled and unskilled labor. Execution of contracts initiated after stipulated dates (January 30, 2022, and between January 1, 2015, and January 29, 2022) will dictate which minimum wage rate applies to workers. Additionally, workers may be entitled to paid sick leave under Executive Order 13706 for applicable contracts. The document serves as a regulatory guide for contractors and subcontractors engaged in federal or federally funded construction projects, ensuring workers are compensated fairly in accordance with labor laws. It emphasizes the importance of compliance with wage standards for public works while providing a framework for addressing wage determination appeals.
    The document is a registration form for contractors participating in a site visit related to a Federal Aviation Administration (FAA) solicitation, referenced as 697DCK-23-R-00PIT. It instructs interested firms to complete and return the form to the designated contact, Rodgers L. Cox Jr., via email by a specific deadline. The form requests essential information, including the firm’s name and address, a point of contact with email and phone details, the number of attendees for the site visit, and individual names along with their driver's license numbers and states of issuance. This registration process is a standard procedure within the context of federal Requests for Proposals (RFPs), allowing potential contractors to familiarize themselves with the project scope and requirements while ensuring compliance with government procurement standards. Overall, the document underlines the organized protocol for site visits as part of the bidding process.
    The "Past Performance Evaluation Survey" is a document designed for contractors to assess their past projects relevant to federal and local government contracts, specifically focusing on elevator modernization and maintenance. Key sections include contractor information, project details, and evaluation metrics. Contractors must provide their name, contact, contract details, and project specifics, including relevance criteria such as project completion within three years and a minimum award amount of $150,000. The evaluation encompasses several performance areas: quality, timeliness, project management, elevator performance, and compliance with safety regulations. Respondents rate performance on a scale from unsatisfactory to outstanding and provide details on any maintenance issues shortly after refurbishment. The survey underscores the importance of documented performance to inform future contract awards, ensuring contractors can meet government standards in critical facilities like hospitals and military installations. This structured evaluation aims to facilitate informed decision-making in awarding government contracts, reinforcing accountability and quality in public service projects.
    The document outlines the requirements and obligations surrounding a payment bond for federal contracting under the Act of August 24, 1935. It serves to protect individuals supplying labor and materials for government contracts by ensuring the Principal (contractor) and Surety(ies) are financially liable for payments to subcontractors. Key components include the Principal’s legal name, business address, type of organization, and incorporation state, as well as surety details. The bond states that it becomes void if the Principal makes timely payments to all parties involved in the contract. Signatures of the Principal and Surety(ies) are required, along with corporate seals where applicable. Instructions clarify that corporate sureties must be on the Treasury’s approved list, and if individual sureties are used, an Affidavit of Individual Surety must accompany the bond. The document is structured in sections that capture essential details for completion, including obligations, conditions, and additional instructions. Overall, the payment bond is crucial for giving assurance to the government and stakeholders involved in the contracting process, ensuring compliance and protecting against potential financial risks stemming from contract obligations.
    The document is a Standard Form 25, which serves as a Performance Bond required for federal contracts. It outlines the obligations of the Principal and Surety(ies), wherein they bind themselves to the United States Government for a specified penal sum. The bond ensures that the Principal will fulfill contract obligations, including all modifications and necessary tax payments related to the contract. If the Principal meets these conditions, the bond becomes void. The form requires detailed information, including the names and signatures of involved parties, corporate seals, and financial limits for each surety. Additionally, it emphasizes the need for sureties to meet specific federal requirements, such as being listed among approved sureties. The procedures for executing the bond include affixing seals and providing evidence of authority for representatives signing on behalf of corporations or partnerships. Overall, the Performance Bond is essential for guaranteeing contract execution and compliance with federal standards in the context of government projects.
    This document addresses a series of inquiries related to a federal construction project, specifically about the specifications, requirements, and clarifications needed for a Request for Proposal (RFP). Key points include detailed queries regarding asphalt repairs, electrical installations, bid processes, and project specifications. Clarifications involve the structural details of light poles, wiring requirements, and specifications for concrete work and paving. The RFP emphasizes set-aside criteria for small businesses and outlines the obligations surrounding permits, project duration, and invoicing. Additionally, the document sets forth the necessary compliance with security and clearance protocols to work at the site, highlighting the need for Real ID identification. It outlines the expectations for mobilization costs, bonding requirements, and possible extensions for bid submission deadlines. The common theme underscores the collaboration between contractors and the government to ensure adherence to project specifications while accommodating contractors' operational needs. Clarity on project scope, required documentation, and logistics is crucial for successful bidding and execution.
    The Federal Aviation Administration (FAA) has issued a Request for Proposal (RFP) for refurbishing the parking lot and sidewalk at Pittsburgh Airport TRACON. The project involves the removal and replacement of old concrete sidewalks, asphalt walkways, curbs, and gutters, as well as milling and resurfacing existing asphalt pavement, refurbishing structural facades, applying parking lot striping, and repairing security chain-link fences. The contractor is required to manage all necessary materials, labor, tools, and equipment to ensure the successful completion of the specified work. Submittal requirements for the project include detailed schedules, shop drawings, product data, and warranty information. The contractor must also conduct site surveys before bidding and verify existing conditions to accurately determine the scope of work. A preconstruction conference will ensure that all parties align on project requirements and schedule. The project aims to enhance the safety and usability of the airport facilities, reflecting federal investment in infrastructure maintenance and improvements that comply with established safety and quality standards. The timeline for project completion and adherence to safety protocols are critical aspects emphasized throughout the project documentation.
    The Federal Aviation Administration (FAA) is seeking competitive bids for the refurbishment of the parking lot and sidewalk at Pittsburgh International Airport, under a total small business set-aside project. The estimated project value ranges between $300,000 and $500,000, with contractors required to be registered in the System for Award Management (SAM) and obtain performance and payment bonds. The timeline includes a notice to proceed expected within 30 days of contract award, with critical submission requirements such as construction schedules and site visit reports due shortly thereafter. Notably, a mandatory site visit is scheduled for May 9, 2025. Proposals are due by May 21, 2025, with specific guidelines regarding submission, tax responsibilities, and compliance with the Davis-Bacon Act for wage determination. The FAA emphasizes strict adherence to project specifications, safety regulations, and comprehensive invoice submission protocols. The documentation also outlines clauses pertaining to electronic commerce, airport security, record-keeping, and adherence to policies forbidding the use of certain telecommunications equipment and software. This solicitation reflects the FAA's commitment to compliance and operational standards while fostering opportunities for small businesses.
    The document is a solicitation from the Federal Aviation Administration (FAA) for construction work to refurbish the parking lot and sidewalk at Pittsburgh International Airport. This competitive project is set aside for total small businesses and estimates the total cost between $300,000 and $500,000. Interested contractors must register with the System for Award Management (SAM) and submit proposals no later than May 21, 2025, by 12:00 EST. A site visit is scheduled for May 9, 2025, and all inquiries must be submitted in writing to the designated FAA representative. The document outlines specific requirements, including the necessity of performance and payment bonds, timelines for project commencement, and submission of critical pre-construction documents. Contractors are also reminded about various government stipulations such as tax responsibilities and compliance with federal regulations concerning construction materials, including the prohibition of asbestos. This solicitation emphasizes transparency in the bidding process and encourages knowledge of federal contracting protocols. The document serves as a crucial guideline for potential bidders, ensuring adherence to all associated legal and contractual obligations.
    Lifecycle
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    Perimeter Fence Replacement at FCI McKean
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI McKean) in Lewis Run, Pennsylvania. The project entails the complete replacement of approximately 15,000 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and bids are due by December 22, 2025, at 12:00 p.m. PST. Interested contractors must be registered in SAM.gov and can contact Joshua Cortez at j2xcortez@bop.gov for further information.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    Perimeter Fence Replacement at FCI Loretto
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.