INSTALL SRG AND RAISED FLOOR
ID: 6973GH-25-S-FloorType: Sources Sought
Overview

Buyer

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

NAICS

Flooring Contractors (238330)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 9:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential contractors for the installation of a new raised access floor system and associated renovations at the ZDV ARTCC facility in Longmont, Colorado. The project entails the demolition of existing structures, installation of approximately 2,712 square feet of raised flooring, and compliance with safety and accessibility standards, including ADA requirements and fire safety regulations. This initiative is crucial for enhancing operational efficiency and safety within the facility, ensuring minimal disruption during construction while adhering to FAA protocols. Interested vendors must submit their capability statements and responses by April 16, 2025, at 4:00 p.m. Central Time, via email to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary where necessary.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 2:04 PM UTC
The document outlines specifications for architectural modifications and safety upgrades at an ArtCC facility. Key focuses include the installation of continuous wall-mounted handrails with required extensions on ramps and stairs, adherence to fire alarm regulations (including the elevation of existing units to compliant heights), and the addition of new illuminated exit signs. The layout includes a new raised floor system designed to match the height of the existing structure. Emphasis is placed on compliance with safety standards, specifically referencing NFPA 72 guidelines for fire alarms. The document serves as part of a federal or state RFP aimed at improving safety and accessibility within the facility while highlighting necessary construction methods and compliance measures. These changes reflect ongoing efforts to enhance operational functionality and public safety in federal buildings.
Apr 2, 2025, 2:04 PM UTC
The Statement of Work outlines the requirements for the installation of a new raised access floor system and associated renovations at the ZDV ARTCC in Longmont, Colorado. The project involves demolition of existing ramps and stairs, installation of a raised access floor (approx. 2,712 SF) compatible with existing systems, and a grounding system with specific materials. It includes the installation of ADA-compliant ramps and handrails, drywall partitions, relocation of electrical fixtures, and installation of new lighting and fire safety equipment. Pre-construction requirements entail stakeholder coordination, compliance with FAA safety protocols, and submission of a detailed work plan. During construction, the contractor must ensure minimal disruption to ARTCC operations, protect existing facilities, and handle hazardous materials according to EPA and OSHA standards. Waste management and cleanup after the project are also outlined. This document serves as a federal government's request for proposals (RFP) that mandates adherence to safety, building, and electrical codes, aiming to update critical infrastructure while maintaining operational efficiency and safety standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Infrastructure Improvements at the RCLR in Parshall, CO
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for infrastructure improvements at the Radio Communications Link Repeater (RCLR) facility located in Parshall, Colorado. The project encompasses various enhancements, including the abatement of hazardous materials such as asbestos and lead, installation of LED lighting, and refurbishment of flooring, all while ensuring compliance with federal safety and environmental standards. This initiative is critical for maintaining operational integrity and safety at the facility, which plays a vital role in aviation communications. Interested contractors must submit their proposals by March 7, 2025, and direct any inquiries to Angela Layman at angela.layman@faa.gov. This opportunity is set aside for small businesses under NAICS code 238210, with a focus on electrical contractors and other wiring installation services.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to replace flooring in various areas of the Houston ARTCC, including the boiler room, chiller room, and ESU offices. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a focus on compliance with federal and state regulations regarding hazardous materials. The total budget for this project is estimated between $50,000 and $100,000, with a contract expected to be awarded to the lowest priced, responsible offeror by April 11, 2025. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including a completed Experience Information Form, by the specified deadline to Nina Musser at nina.j.musser@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals 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 addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
MARKET SURVEY FOR THE BARB GAP REPEATER USFS TOWER REMEDIATION
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the remediation of the Barb Gap communication tower, which is essential for U.S. Forest Service (USFS) operations. The project aims to implement various remediation measures, including guy system tensioning, structural repairs, and grounding installations, to enhance the safety and functionality of the tower while adhering to FAA standards and relevant regulations. This initiative underscores the federal government's commitment to maintaining critical infrastructure that supports forest management and public safety. Interested vendors must submit their responses, including a capability statement and rough order of magnitude, by 4:00 p.m. Central Time on April 7, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking all documents as proprietary as necessary.
MARKET SURVEY: RIEGL VZ600i LASER SCANNING SYSTEM
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to procure a RIEGL VZ600i Laser Scanning System, including necessary software and accessories. This procurement aims to enhance the FAA's capabilities in rapid data acquisition and scanning, supporting the Department of Homeland Security’s Customs and Border Protection Agency by providing a state-of-the-art Light Detection and Ranging (LiDAR) system for efficient site inspections and structural analysis. Interested vendors are invited to submit their capabilities, past performance, and cost estimates by April 10, 2025, to Haylee Hildebrand at haylee.p.hildebrand@faa.gov, with all submissions marked as proprietary as necessary.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
Headquarters Building (HQB) Mechanical and Electrical Upgrades at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for mechanical and electrical upgrades at the Headquarters Building (HQB) located at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. This project aims to modernize aging systems that support office and administrative functions, with an estimated budget ranging from $18 million to $25 million and a projected award date in August 2026. The required work includes the construction of new electrical infrastructure, demolition and replacement of existing systems, installation of advanced HVAC solutions, and upgrades to life safety and fire alarm systems. Interested small businesses, including service-disabled veteran-owned and 8(a) certified firms, must submit a capability statement by April 11, 2025, to Cynthia Cooper at Cynthia.Cooper@faa.gov, as this survey seeks to assess competition viability for small business participation and is not a solicitation for proposals.
Design, Fabrication, Delivery and Installation of the Center Console at the Boston Air Traffic Control Tower
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to design, fabricate, deliver, and install a new center console/slatwall system at the Boston Air Traffic Control Tower (ATCT). This procurement aims to replace existing consoles with a modernized system that enhances functionality and durability, ensuring it can withstand continuous use in a high-demand operational environment. The project is part of a broader modernization effort managed by the Massachusetts Port Authority, emphasizing compliance with FAA specifications and safety regulations during installation. Interested vendors must submit their responses electronically by the due date specified in the Screening Information Request (SIR), and a mandatory site visit is scheduled for April 16, 2025. For further inquiries, contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or by phone at 404-305-5883.
Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
Market Survey: Building Automation System – Ecostruxure Upgrade
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the upgrade of its Building Automation System (BAS) to the Ecostruxure platform at the William J. Hughes Technical Center in Atlantic City, New Jersey. This project involves replacing outdated equipment, installing new software, and ensuring system integrity through comprehensive testing and compliance checks, with a focus on enhancing operational efficiency across various facilities. Interested vendors are invited to submit capability statements, including their business classification and certification as a Schneider Electric EcoXpert Building Automation Master, by April 18, 2025, to the Contracting Officer, Jeffrey Young, at jeffrey.young@faa.gov. The FAA is assessing competition levels to determine if the procurement will be set aside for small businesses or open to all sizes, with a principal NAICS code of 238210 for Electrical Contractors and Other Wiring Installation Contractors.