Exterior Repairs at the Salt Lake City ATCT
ID: 697DCK-24-R-00552Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

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

    The Federal Aviation Administration (FAA) is seeking contractors to perform various exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT) in Utah. The project involves providing labor, materials, and equipment necessary for the repairs, which must be executed in compliance with detailed specifications and drawings provided in the solicitation documents. This procurement is crucial for maintaining the operational integrity and safety of air traffic control infrastructure, ensuring that the facility remains functional and secure. Interested vendors should note that the estimated contract value ranges from $100,000 to $200,000, with proposals due by September 19, 2024, at 12 PM MST. For further inquiries, potential offerors can contact Angela Layman at angela.layman@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains detailed drawings for the Federal Aviation Administration's (FAA) Salt Lake City Air Traffic Control Tower (ATCT) and TRACON (Terminal Radar Approach Control) facility. It includes floor plans for the base building and TRACON, highlighting various rooms such as technical operations, offices, waiting areas, and mechanical spaces. The drawings feature notes on equipment specifications and access points, indicating the integration of electrical, plumbing, and mechanical systems. These drawings serve as reference material for construction and renovation projects, emphasizing design standards and equipment placements crucial for operational functionality. The document illustrates the FAA's ongoing focus on maintaining and upgrading aviation facilities to ensure compliance with safety and operational standards while providing a structured layout for future construction endeavors. Overall, the file encapsulates essential planning and design information necessary for executing improvements within these critical infrastructure components of air traffic management.
    The document outlines design specifications and structural details for the Salt Lake City International Airport’s Air Traffic Control Tower (ATCT). It includes a comprehensive elevation, section views, and level plans detailing the elevation of building components, such as the ASDE support and penthouse levels. The document organizes its information into various divisions, including concrete work, steel framing, and architectural finishes, to outline materials and construction methods required for the project. Keynotes in each section detail the necessary specifications for structural integrity, safety measures, and materials relating to waterproofing, insulation, and thermal performance. Project details align with federal standards set by the FAA and are intended to ensure compliance with local building codes. The comprehensive nature of the plans includes a focus on coordination with multiple trades while addressing accessibility and safety features needed throughout construction. Overall, the project reflects a commitment to modernizing air traffic control infrastructure with emphasis on durability and regulatory adherence.
    This document is an amendment to a solicitation issued by the Federal Aviation Administration (FAA), specifically identifying changes to a contract or order associated with Project No. 697DCK-24-R-00552. The key purpose of Amendment No. 0001 is to extend the deadline for proposals to September 12, 2024, at 12 PM MST. All vendors responding to the solicitation must acknowledge this amendment as part of their proposal submission. The document outlines the procedures for acknowledgment, emphasizing the importance of timely communication to avoid rejection of offers. Notably, other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment's structure includes sections for contract identification, description of changes, and details on acknowledgment methods, reflecting common practices in federal procurement processes. Overall, this amendment facilitates an administrative adjustment aimed at improving participation and compliance within the solicitation process.
    This government document details an amendment (No. 0002) to a solicitation issued by the Federal Aviation Administration (FAA) pertaining to procurement activities under project number 697DCK-24-R-00552. The primary purpose of this amendment is to extend the deadline for submitting offers to September 17, 2024, at 12 PM MST. All vendors responding to the solicitation must acknowledge receipt of this amendment as part of their proposal submission. The document outlines the procedures for acknowledgment, including options for submitting via letter, telegram, or by marking acceptance on offer copies. Additionally, it reaffirms that, aside from this change, all other terms and conditions of the original solicitation remain unchanged. The amendment serves as a critical communication tool within the RFP process, ensuring potential contractors align with updated submission timelines and requirements, thereby fostering fair competition and compliance in federal contracting activities.
    The document outlines Amendment No. 0003 of a federal solicitation, primarily issued by the Federal Aviation Administration (FAA). It provides responses to Requests for Information (RFI) from potential offerors regarding electrical power requirements and access to project plans. Key inquiries include whether vendors can access specific power outlets for equipment requiring 220V, and whether additional building plans would be provided post-award for safety planning. The FAA indicates that exterior power sources may require extensive review and approval for use, and alternatives, such as using a generator, may be necessary. Additionally, the FAA can share architectural and structural drawings relevant to the project and confirms that the work could be conducted in the spring, taking seasonal weather conditions into account. This document emphasizes the importance of timely acknowledgment of the amendment by offerors and sets expectations for the project's logistical planning and execution phases.
    This document serves as an amendment to a federal solicitation issued by the Federal Aviation Administration (FAA) regarding contract number 697DCK-24-R-00552. The primary purpose of Amendment No. 0004 is to extend the deadline for submitting offers to September 19, 2024, at 12 PM MST. Vendors participating in this solicitation are required to acknowledge receipt of this amendment when submitting their proposals to ensure their offers are considered. The document outlines the amendment's implications for the current offers and stresses the importance of timely acknowledgment to avoid rejection. All other terms and conditions of the original solicitation remain unchanged and in effect. This amendment highlights the continuous interaction between federal agencies and vendors in the procurement process, ensuring clarity and compliance with submission timelines.
    The file details the "Exterior Door and Soffit Repair Project" for the Salt Lake City International Airport Air Traffic Control Tower (ATCT). The project, identified by JCN 18063476, encompasses specific repair tasks, including repainting four exterior doors and replacing damaged gypsum board soffits on the 23rd floor of the fully operational ATCT. The project is designed to be non-disruptive to air traffic operations, with work potentially scheduled for nights or off-hours to maintain accessibility and safety. Safety and security protocols are paramount, requiring contractors and visitors to be escorted by FAA personnel within restricted areas. Work restrictions include maintaining clear access, adhering to safety regulations, submitting for various approvals, and coordinating routine with FAA staff to prevent operational disruptions. The document establishes clear structural organization through sections outlining project management, work restrictions, substitution procedures, contract modifications, and construction progress documentation, ensuring all stakeholders understand their roles and responsibilities during the project execution. This summary aligns with federal guidelines in government RFPs and grants, reflecting transparency, safety, and operational integrity in public works projects.
    The document outlines a solicitation for sealed bids regarding exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT). Issued by the Federal Aviation Administration (FAA), it specifies requirements for contractors to provide labor, materials, and equipment necessary for completing the project in compliance with detailed specifications and drawings. Key points include performance timelines, which dictate that work must commence within five calendar days after the notice to proceed and be completed within 21 days. The bidding process has strict parameters, requiring sealed offers and guaranteeing performance and payment bonds. The document emphasizes adherence to wage determinations and mandates equal opportunity in participation. Moreover, contractors must utilize domestically sourced materials per the Buy American Act, enhancing compliance with federal guidelines. Additional highlights include clauses covering inspection, acceptance, and penalties for non-compliance with regulations concerning labor standards and affirmative action. The document is meticulously structured, detailing the required specifications for bids while ensuring that every offeror acknowledges and abides by the incorporated federal clauses. This solicitation encapsulates the FAA's commitment to undertaking essential repairs while upholding regulatory and safety standards throughout the construction process.
    The document outlines wage determinations for construction projects in Salt Lake County, Utah, as per the Davis-Bacon Act and relevant Executive Orders. It indicates that contracts must comply with specified minimum wage rates, reflective of local prevailing wages, if awarded on or after January 30, 2022, with workers required to receive at least $17.20 per hour or the applicable higher rate. For contracts awarded between January 1, 2015, and January 29, 2022, a rate of at least $12.90 applies. Detailed wage rates for various construction classifications, including carpenters, electricians, plumbers, and laborers, are provided, along with fringe benefits. The document also highlights requirements under Executive Order 13706 regarding paid sick leave for federal contractors. Additionally, it explains the process for appealing wage determinations, specifying steps for interested parties to request reviews or appeals through the U.S. Department of Labor. This information is essential for contractors and subcontractors engaging in federally funded construction projects to ensure compliance with labor standards and employee protections.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The contractor will be responsible for providing all necessary labor, materials, and supervision to maintain both a geared traction elevator and a hydraulic elevator, ensuring compliance with manufacturer specifications through routine inspections, preventive maintenance, and repairs. This procurement is critical for maintaining safe and efficient elevator operations, which are essential for the functionality of air traffic control services. Interested vendors must submit their proposals by October 1, 2024, and can direct inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. This project aims to enhance safety and compliance with relevant safety codes, including OSHA and NFPA regulations, and is estimated to fall within a construction budget of $500,000 to $1,000,000. The awarded contractor will be responsible for implementing new fire detection systems, modifying existing fire suppression mechanisms, and ensuring thorough documentation and certification of all installed systems. Interested parties must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.
    Amendment 0002: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting offers for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and updating the keying system, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal guidelines, including the Buy American Act and Davis-Bacon Act. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    Replace 2 HVAC Units at CLT ATCT in Charlotte, NC
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified small business HVAC contractors to replace two HVAC units at the Charlotte Air Traffic Control Tower (CLT ATCT) in Charlotte, North Carolina. The project requires contractors to provide all necessary labor, materials, supervision, and transportation, with a contract performance time of 14 calendar days following the issuance of the Notice-to-Proceed. This procurement is a Total Small Business Set-Aside, with an estimated contract value between $150,000 and $250,000, and the Request for Proposal Package is expected to be available in late September 2024. Interested contractors should submit their requests for the proposal package to Tony Bryant at Tony.W.Bryant@faa.gov by 5:00 PM (CST) in September 2024.
    MYR TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Myrtle Beach International Airport (MYR ATCT) in South Carolina. This project, funded under the FY2023 BIL Project, requires compliance with FAA regulations and local, state, and federal standards, including obtaining necessary permits and ensuring minimal disruption to airport operations during construction. Interested vendors must submit a capability statement, along with any applicable SBA 8(a) or SDVOSB certification letters, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The FAA will use the responses to inform its acquisition planning and determine the appropriate procurement method.
    Air Traffic Control Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an Air Traffic Control Box Trailer, identified by solicitation number FA930224Q0105. The trailer must feature a heavy-duty walk-on roof, a standalone generator, and a climate control system, designed to meet specific requirements outlined in the attached Statement of Requirements. This procurement is crucial for providing durable transport solutions for equipment and materials, enhancing operational efficiency for air traffic control functions. Interested small businesses, particularly those classified as Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 3:00 PM PST, via email to the designated contacts, Karla Vazquez and Adam R. Confer.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.