Orlando Executive Airport Air Traffic Control Tower Slatwall/Consoles Design, Fabrication, Delivery and Installation
ID: 697DCK-25-R-00069Type: Solicitation
Overview

Buyer

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

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

OFFICE FURNITURE (7110)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 11, 2025, 12:00 AM UTC
  3. 3
    Due Feb 13, 2025, 10:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors for the design, fabrication, delivery, and installation of slatwall/consoles at the Orlando Executive Airport Air Traffic Control Tower. This project aims to modernize the existing equipment, ensuring operational efficiency and safety enhancements, while also incorporating necessary electrical and plumbing modifications. The procurement is critical for maintaining air traffic operations during the installation phase and includes a phased approach with specific milestones for design submissions and installation planning. Interested vendors should contact Hector L. De Jesus at hector.l.de.jesus@faa.gov or call 404-305-5883, with the contract performance period set from March 15, 2025, to December 17, 2025, and a mandatory site visit scheduled for January 22, 2025.

Point(s) of Contact
Files
Title
Posted
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
This document outlines an amendment to a federal solicitation/modification of a contract (Contract ID: 697DCK-25-R-00069) issued by the Federal Aviation Administration. The amendment, effective January 30, 2025, incorporates responses to vendor inquiries and clarifications to the statement of work resulting from a site visit on January 22, 2025. It also integrates several solicitation documents, including an attachment detailing the responses to questions regarding the Orlando Executive Airport Air Traffic Control Tower project, specifically concerning the design, fabrication, delivery, and installation of slatwall and consoles. The period of performance for the contract is specified as March 15, 2025, to December 17, 2025. The amendment emphasizes the importance of acknowledging receipt by the contractors to avoid rejection of their offers. The document maintains all previous contract terms except as amended, reinforcing its critical role in the ongoing procurement process for federal projects.
The document pertains to the amendment of the RFP (SIR No. 697DCK-R-00069) for the Orlando Executive Airport Air Traffic Control Tower's slatwall/consoles design, fabrication, delivery, and installation. It captures responses to vendor inquiries following a site visit. Key points include confirmation of CAD file availability, the responsibilities of the console manufacturer for demo work, and confirmation that seismic anchoring requirements do not apply. The raised platform at the supervisors' station has been eliminated in favor of a freestanding workstation. Additionally, specifications regarding console ergonomics, such as the acceptable countertop height and sink installation, are clarified. The document also addresses timelines, with contract award anticipated by March 15, 2025, and key design drawing submission dates set for March 31 and April 25, 2025. This amendment provides essential clarity on project requirements and timelines, ensuring vendors are aligned on expectations as they prepare bids for the project.
The document is an amendment to a government solicitation regarding the Orlando Executive Airport Air Traffic Control Tower project, specifically for the design, fabrication, delivery, and installation of slatwall/consoles. The amendment, identified as 0001, addresses vendor questions and provides clarifications related to the statement of work. The amendment emphasizes the importance of acknowledging the receipt of this document prior to the specified deadline, as failure to do so may result in the rejection of offers. Additionally, it incorporates essential documents, including responses to vendor inquiries and a power drawing for the airport control tower positions. The amendment maintains that all other terms and conditions from the original solicitation remain unchanged and in full effect. The contracting officer, Hector De Jesus, is responsible for the document's authorization, highlighting a structured process of communication and clarification in the procurement cycle.
Feb 11, 2025, 10:06 PM UTC
This document comprises Amendment 0001 for the Orlando Executive Airport's project concerning the design, fabrication, delivery, and installation of air traffic control tower slatwall and consoles. It outlines responses to bidder inquiries regarding site accessibility, project specifications, and requirements. Notably, there will be a singular mandatory site visit on January 22, 2025, allowing bidders to assess existing conditions within the operational tower under certain access restrictions. A subsequent post-award site visit will be coordinated to confirm specific conditions. Key electrical and plumbing work details are provided, such as the connection of utilities and circuits for operational needs. Specifications for materials like raised flooring and plexiglass are addressed, indicating acceptable alternatives to the originally suggested materials. The expected delivery date for the consoles is estimated for early August 2025. In summary, the document clarifies project scopes, timelines, and material specifications critical for prospective bidders under the FAA's jurisdiction, ensuring transparency and preparedness for the bidding process.
The document is an amendment to a government solicitation or contract related to the Federal Aviation Administration (FAA). It specifies modifications to the original solicitation under contract ID 697DCK-25-R-00069, effective from January 30, 2025. The amendment addresses compliance with several executive orders issued on or after January 20, 2025, which may impact the terms of the contract. Key executive orders include those aiming to recind harmful actions, end wasteful government programs, and promote merit-based opportunities. Contractors must acknowledge the amendment by specified deadlines to ensure their offers are considered valid. The period of performance for the related contract spans from March 15, 2025, to December 17, 2025. Administrative changes, including updates to compliance and procurement clauses, have also been incorporated, stressing the importance of aligning with current federal directives. The document underscores the FAA's commitment to adapting to new presidential directives while maintaining all other terms of the contract in full force. Overall, this amendment illustrates the agency's responsiveness to evolving governmental policies and operational frameworks.
The Orlando Executive Airport Air Traffic Control Tower (ATCT) is undertaking a modernization effort through the Tower Facilities Improvement Program, which includes replacing its existing equipment consoles with new slatwall-style consoles. The scope of work encompasses the design, demolition, fabrication, and installation of these new consoles, alongside associated electrical and plumbing modifications. Key components of the project include a raised floor for the supervisor's area, updated convenience units, and the integration of modern task lighting and equipment mounting features. The contractor is tasked with managing the transition plan to maintain air traffic operations during installation, coordinating closely with FAA personnel for electrical work and equipment removal. A phased approach to installation is outlined, with specific milestones and deliverables for design submissions, mock-ups, and installation planning. Quality control and safety plans are mandated, alongside warranties for various components. This initiative demonstrates the FAA's commitment to enhancing operational efficiency and safety at the Orlando Executive Airport.
Feb 11, 2025, 10:06 PM UTC
Feb 11, 2025, 10:06 PM UTC
The ORL Equipment List outlines required equipment for operational readiness, specifying quantities and types necessary for various functions. Key items include 5 IVSR TED units, 5 IVSR speakers, and multiple specialized controls such as IVSR jackboxes and remote alarms. Among other equipment, the list includes displays and interfaces like monitors and keyboards for systems such as TAMR and ASOS, as well as administrative tools like an administrative laser printer and various storage options. It also notes specific installation requirements, indicating certain items will not be relocated after mounting. The comprehensive equipment listing is designed to support operational functions efficiently, emphasizing the allocation and organization of resources needed for effective government operations. The document's structure categorizes equipment based on function and installation, showing a clear plan to enhance performance and streamline workflows consistent with federal and local operational standards.
Feb 11, 2025, 10:06 PM UTC
The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4553. It outlines minimum wage rates and fringe benefits applicable to federal contracts in specific Florida counties (Orange, Osceola, and Seminole) for 2025. Contractors must comply with wage rates prescribed by Executive Orders 14026 and 13658, depending on contract dates and renewals, mandating at least $17.75 or $13.30 per hour, respectively. The document lists numerous occupations with corresponding wage rates, highlighting positions in administrative support, automotive service, healthcare, and food preparation, among others. It stipulates additional benefits such as health and welfare allowances, vacation, and sick leave requirements under Executive Order 13706. Additionally, it includes provisions for uniform allowances and hazardous pay differentials for specific job roles involving high-risk tasks. The purpose of this wage determination is to ensure fair labor practices and compliance with federal labor laws in government contract work. It serves as a critical guide for contractors and workers to understand their rights and obligations within the framework of federal contracts.
The document outlines the configurations for six distinct circuits and a raised floor area, integral to a proposed project. Each circuit appears to correspond to specific areas or systems, potentially linked to infrastructure development or technological upgrades. The mention of a raised floor suggests a focus on managing electrical wiring or ventilation, indicating a technological or industrial context. The document likely serves as a preliminary specification for contractors responding to an RFP regarding substantial environmental or structural modifications, emphasizing the physical layout's importance in project planning. The precise articulation of “Circuit” labels and the “Raised Floor” design implies meticulous attention to electrical and structural systems, necessary for compliance and efficiency in subsequent phases of development. Overall, this file appears to function as a technical outline crucial for guiding bids and ensuring potential vendors understand the project's infrastructure requirements.
The document outlines a Request for Proposal (RFP) issued by the Federal Aviation Administration (FAA) for the design, fabrication, delivery, and installation of a consoles/slatwall system at the Orlando Executive Air Traffic Control Tower. The project is set to commence on March 15, 2025, with a performance deadline of December 17, 2025, highlighting the importance of timely execution. Key components include compliance with labor standards and wage determinations, adherence to various federal contract clauses, and the necessity for contractors to ensure employment eligibility verification through the E-Verify system. Additional stipulations mandate strict protocols around the management of government property and records, ensuring environmental compliance, and the prohibition of certain products and technologies linked to foreign entities like Kaspersky Lab and ByteDance. The RFP emphasizes the expectation of quality workmanship and regulatory adherence, while also ensuring that the awarded firm provides all necessary resources and documentation in alignment with federal contracting guidelines. This procurement initiative reflects the FAA's commitment to operational efficiency and safety enhancements at air traffic control facilities.
Lifecycle
Similar Opportunities
IIJA Funded - Replace Window Washdown System at Wilmington, NC, ATCT
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the window washdown system at the Wilmington, NC, Air Traffic Control Tower (ATCT). This project, funded by the Investment Infrastructure and Jobs Act (IIJA), aims to enhance visibility from the control cab by installing a new washdown system, which includes the removal of outdated components and the installation of new tanks, piping, and electrical wiring. The successful contractor will need to coordinate closely with the FAA to ensure minimal disruption to air traffic operations and adhere to strict safety and environmental standards. Interested vendors should contact Angela Layman at angela.layman@faa.gov for site visit arrangements and must submit all required documentation by April 23rd, 4 PM MT, to be considered for this competitive, unrestricted solicitation under NAICS code 238220.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
SOURCES SOUGHT: ELEVATOR REPAIR AND REFURBISHMENT LOCATED AT SYRACUSE INTERNATIONAL AIRPORT AIR TRAFFIC CONTROL TOWER (SYR-ATCT)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to express their interest in a contract for the repair and refurbishment of the elevator located at the Syracuse International Airport Air Traffic Control Tower. The project aims to modernize the elevator system, which includes installing a new traction control system, car leveling system, and refurbishing various components while ensuring compliance with safety regulations, including the Americans with Disabilities Act. This initiative is crucial for maintaining high operational standards and safety in air traffic facilities, with a contract expected to be awarded as a Firm Fixed Price (FFP) to the lowest price, technically acceptable bidder. Interested parties must submit their responses, including a capability statement and feedback on the draft Statement of Work, by the specified deadline to Josh Huckeby at joshua.d.huckeby@faa.gov.
SOLICITATION: GUY TENSIONING OF THE EDDY, RIVER FOREST, AND SUMATRA REPEATER TOWERS AT MULTIPLE NATIONAL FORESTS IN FLORIDA.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in Florida's National Forests. The project involves essential maintenance tasks, including guy system tensioning, minor repairs, and the installation of grounding systems to ensure compliance with safety standards and operational readiness. This procurement is critical for maintaining communication infrastructure vital for forestry operations, ensuring safety and functionality in the region. Interested small businesses must submit their proposals by April 28, 2025, with all inquiries directed to Stephen Branch at stephen.n.branch@faa.gov.
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors 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 installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.
IIJA: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.