MARKET SURVEY FOR FEDERAL AVIATION ADMINISTRATION ON A REQUIREMENT TO REMOVE & REPLACE HVAC UNITS/SPLIT HVAC UNITS, REMOVE & REPLACE BOILER, AND REMOVE AND REPLACE HVAC CONTROL SYSTEM, AT THE ATCT LOCATED AT LITTLE ROCK, AR 72206.
ID: 6973GH-25-00354Type: Sources Sought
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential contractors for a project involving the removal and replacement of HVAC units, a boiler, and the HVAC control system at the Air Traffic Control Tower located in Little Rock, Arkansas. The project requires the removal of three 15-ton and two 5-ton HVAC units, installation of a new 500,000 BTU boiler, and the replacement of control wiring and monitoring systems, all while ensuring temporary cooling systems maintain a temperature of 65-75°F during the work. This initiative is crucial for maintaining a functional and efficient air traffic control facility, emphasizing safety, compliance with local construction codes, and thorough documentation post-installation. Interested contractors can reach out to Bryon Nolan at bryon.r.nolan@faa.gov for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures for Testing, Adjusting, and Balancing (TAB) HVAC systems as part of federal project specifications. It includes methods for balancing air systems (both constant and variable volume) and hydronic piping systems. Key terms such as AABC, NEBB, and TAB specialist are defined, and requirements for quality assurance and submittals are specified, emphasizing the necessity of employing certified TAB contractors and technicians. The execution section provides detailed procedures for examining existing HVAC systems, preparing for TAB procedures, and conducting the testing and balancing processes. It also emphasizes the importance of documenting findings in reports, including initial construction-phase assessments, weekly status updates, and a final certified report summarizing performance data and any discrepancies. The overarching goal of the document is to ensure that each HVAC system operates efficiently and in compliance with industry standards, thereby enhancing energy performance and occupant comfort. This aligns with federal goals for sustainable infrastructure and regulatory compliance in government-funded projects.
    The document outlines the commissioning requirements for HVAC&R (Heating, Ventilating, Air Conditioning, and Refrigeration) systems as part of a federal project request. It details the roles and responsibilities of the commissioning authority (CxA), the contractor, and the subcontractor throughout the commissioning process. Essential components include the commissioning plan, testing procedures, acceptance documentation, and verification of completed tasks. Key responsibilities for contractors emphasize conducting tests as directed by the CxA, attending critical meetings, and providing required documentation and equipment. The CxA is tasked with developing construction checklists and test procedures specific to the project, overseeing testing, and documenting findings. The document also outlines general testing requirements, detailing how HVAC&R systems should be verified under various conditions, ensuring operational compliance with established design parameters. It stipulates that technicians must provide data for assessment, and it requires systematic management of testing activities to document the performance and readiness of HVAC&R equipment. Overall, this commissioning section serves as a vital guideline within government RFPs, ensuring compliance with construction standards and achieving optimal performance in federal facility HVAC systems.
    This document outlines the requirements for the installation of a Schneider Electric Ecostuxure Smart X system to provide comprehensive control for HVAC equipment at a facility. The project includes replacing existing controls, field components, and sensors associated with Liebert Units, as well as integrating a control workstation with Enterprise Server software. The control system is designed for scalability and functionality, consisting of sensors, indicators, actuators, and software that ensures efficient operation in a multi-user environment. Key aspects of the project include the submission of product data, shop drawings, and operational documentation by the contractor, adherence to quality assurance standards for electrical components, and specific installation procedures for sensors and HVAC equipment. Additionally, rigorous quality control practices, including field testing and demonstration, are outlined to ensure the system operates correctly and meets required safety and efficiency standards. The purpose of this section aligns with government RFP protocols, emphasizing reliable, compliant, and modern solutions for HVAC control in public facilities.
    The Federal Aviation Administration (FAA) is seeking a contractor for replacing HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower. The project entails the removal of three 15-ton HVAC units and two 5-ton units, the installation of a new 500,000 BTU boiler, and the replacement of control wiring and monitoring systems. The contractor must ensure temporary cooling systems maintain a temperature of 65-75°F throughout the work. They are required to manage refrigerants responsibly and obtain necessary permits. Safety and coordination with FAA operations are crucial, as is adherence to local construction codes. The project emphasizes thorough testing, staff training, and comprehensive documentation post-installation. This initiative reflects the FAA's commitment to ensuring a functional and efficient air traffic control facility while maintaining safety and compliance with regulatory standards.
    Similar Opportunities
    IIJA FUNDED - MAF ATCT HVAC MODERNIZATION
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the modernization of the Midland International Air and Space Port Airport Traffic Control Tower (ATCT), focusing on the replacement of HVAC systems, roofs, fire alarm systems, electrical panels, and lightning protection systems. The project, estimated to cost between $2 million and $7 million, aims to enhance the operational efficiency and safety of the ATCT, ensuring compliance with current standards while minimizing disruption to ongoing FAA operations. Interested vendors are encouraged to submit capability statements detailing their relevant experience by February 27, 2025, as this initiative is part of the FAA's commitment to infrastructure improvement and safety. For further inquiries, vendors may contact Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov.
    Nome, AK Boiler Replacement at FAA Housing Complex
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the replacement of boilers at the FAA housing complex in Nome, Alaska. The project aims to enhance the heating system's functionality and efficiency while ensuring minimal disruption to residents during the transition, with a completion deadline set for September 27, 2025. This procurement is crucial for maintaining safe and comfortable living conditions for FAA personnel and their families, reflecting the government's commitment to infrastructure integrity. Interested small businesses must submit their sealed proposals by February 21, 2025, with a project budget estimated between $500,000 and $1,000,000. For further inquiries, contractors can contact Jason Fox at Jason.A.Fox@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.
    Rooftop AHU Removal and Replacement at Joint Base Cape Cod Bldg #2410
    Buyer not available
    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking quotations for the removal and replacement of an inoperable rooftop HVAC unit at Building 2410, Joint Base Cape Cod, Massachusetts. The project aims to enhance operational efficiency for the United States Air Force and Federal Aviation Administration by installing a new natural gas-fired HVAC system, which includes necessary electrical connections and airflow balancing, while adhering to safety and regulatory standards. This procurement is set aside for small businesses under NAICS Code 238220, with a budget range of $25,000 to $125,000, and proposals are due by 4:00 PM EST on February 26, 2025. Interested contractors can contact Patricia Barnett at patricia.barnett@dot.gov or Matthew Phelps at matthew.phelps@dot.gov for further information.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    SOLICITATION: **IIJA-FUNDED** REPLACE MULTIPLE HVAC UNITS AND REPAIR THE ROOF AT THE LAWRENCE MUNICIPAL AIRPORT (LWM) AIR TRAFFIC CONTROL TOWER (ATCT) FACILITY IN LAWRENCE, MA.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of multiple HVAC units and roof repairs at the Lawrence Municipal Airport's Air Traffic Control Tower (ATCT) facility in Lawrence, Massachusetts. The project aims to enhance operational efficiency and safety by installing modern HVAC systems and rehabilitating the roof while ensuring that the facility remains operational during construction. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated project cost between $300,000 and $400,000, and is exclusively set aside for service-disabled veteran-owned small businesses (SDVOSB). Interested contractors must submit their proposals within 15 calendar days of the solicitation release, and for further inquiries, they can contact Stephen Branch at stephen.n.branch@faa.gov.
    Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for a Request for Information (RFI) regarding the assessment of the Crossett Flux scaffolding tower, which is owned by the U.S. Forest Service (USFS). The selected contractor will be responsible for a comprehensive evaluation, mapping, and structural analysis of the tower, ensuring compliance with national safety and engineering regulations, including OSHA standards and TIA-222 Rev. H guidelines. This assessment is crucial for determining the tower's viability for USFS use and identifying necessary maintenance efforts, with collaboration expected between the contractor, the FAA Logistics Center, and local USFS personnel. Interested parties can reach out to Raymond Lena at raymond.a.lena@faa.gov or Kristen Kendrick at kristen.n.kendrick@faa.gov for further details. The project will be funded by the FAA, and travel expenses will be reimbursed according to federal regulations.
    N--Replace HVAC Units - Hubbell Trading Post NHS (HUT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. The project involves the removal of existing HVAC systems and the installation of new units, with sizes ranging from 1.5 to 5 tons, ensuring compliance with specific guidelines and the use of natural gas heating. This procurement is critical for maintaining the operational integrity of the facility, and contractors must adhere to Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. Interested contractors should submit sealed bids by March 6, 2025, with a site visit scheduled for February 26, 2025, and project completion expected within 90 days of the Notice to Proceed. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.