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.
ID: 6973GH-25-R-00138Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for a project 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 contractors must attend a mandatory site visit on April 23, 2025, and submit their proposals by May 6, 2025, with all inquiries directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for a government contract, specifically pertaining to the Federal Aviation Administration (FAA) logistics. The main purpose of this amendment is to formally respond to received Requests for Information (RFI) while maintaining the original proposal due date of May 6, 2025, at 1700 CDT. No other changes to the solicitation or contract are indicated. The amendment includes a revised list of attachments associated with the solicitation, detailing various documents vital for the proposal process. Each attachment is specified with its title, date, and page count, indicating their relevance to the contract requirements. The document's structure is formal and follows a standard governmental contract modification format, ensuring clarity and compliance with federal contracting protocols. Overall, this amendment represents a typical procedural update in the context of a government Request for Proposal (RFP) cycle, allowing for contractor communication and document adjustment while keeping timelines intact.
    The document outlines a solicitation for construction services associated with the repair of the asphalt parking lot and driveway at St. Petersburg Airport's Air Traffic Control Tower (ATCT). The project, estimated to cost between $150,000 and $225,000, is designated as a Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA). The proposal process includes a mandatory site visit scheduled for April 23, 2025, with inquiries due by April 30, 2025, and final proposals due by May 6, 2025. Contractors must adhere to strict requirements, including providing a performance bond and a detailed Statement of Work (SOW). Additional clauses cover payment processes, electronic invoicing requirements, and compliance with various governmental regulations. Importantly, the contractor will need to perform the work diligently, completing it within 90 days after receiving a Notice to Proceed. The solicitation emphasizes the necessity for effective management and quality control throughout the project, ensuring the work performed aligns with the established standards and legal compliance mandated by the FAA. This document serves as a vital framework for potential bidders, setting expectations for project execution and compliance.
    The Federal Aviation Administration (FAA) is soliciting proposals for a project aimed at replacing and repairing the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT). The existing asphalt surface has significantly deteriorated, necessitating a comprehensive overhaul including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and an extensive asphalt replacement across approximately 27,500 square feet. Contractors are required to submit detailed work plans, safety data sheets, and documentation for all materials used prior to commencing the project. The work must be carefully coordinated to minimize disruption to airport operations and comply with strict health and safety standards, including those related to COVID-19. The contractor will be responsible for ensuring environmental compliance by properly disposing of excavated materials and following local regulations. The project also emphasizes the importance of maintaining secure access to critical areas of the facility throughout the duration of construction. Ultimately, the FAA aims to improve both safety and operational efficiency through this endeavor, ensuring a durable and compliant infrastructure at the facility.
    The document is a performance bond form authorized for use in connection with U.S. government contracts. It outlines the obligations of the Principal (contractor) and Sureties (guarantors), affirming their commitment to adhere to the terms of the contract. The bond is executed to ensure the government is compensated for any failure by the Principal to meet contract obligations, including payment of taxes as stipulated by the Miller Act. Key sections include the legal name and address of the Principal, Surety information, and the penal sum of the bond, which binds the parties jointly and severally. The document necessitates corporate sureties to be approved by the Department of the Treasury and requires that they execute their bonds under specified conditions. Guidelines on signatures, seals, and additional documentation for individual sureties are also provided. In the context of federal RFPs and grants, this performance bond ensures financial security and compliance with contractual terms, reinforcing the government's ability to safeguard public funds against non-performance by contractors. This form emphasizes accountability and proper execution of contractual duties in federal contracting.
    The document is a payment bond form, referenced under OMB Control No. 2120-0595, employed in federal and local government contracting. It serves to ensure that a contractor (Principal) commits to fulfilling their financial obligations for labor and materials provided in relation to a specific government contract. The bond facilitates the protection of those supplying goods and services by establishing conditions under which the bond becomes void. These conditions primarily involve the Principal's timely payment to subcontractors and suppliers. The form outlines essential details such as the type of organization, state of incorporation, and surety information, including corporate seals and signatures. Completion instructions emphasize the necessity of using authorized representatives for signing and the requirement that corporate sureties be listed on the Treasury's approved list. Additionally, the document complies with the Paperwork Reduction Act, stating that the completion of this form is estimated to take approximately 25 minutes. In summary, the payment bond form is a critical component of government contracting, ensuring that subcontractors and suppliers are safeguarded against non-payment while adhering to formal requirements for execution and liability assurance.
    The document outlines a structured format for collecting offeror information in response to federal government Requests for Proposals (RFPs), grants, and contracts, particularly focusing on project details and offeror qualifications. Each project entry requires the offeror to fill out relevant information including contact details, contract numbers, project dollar values, completion status, descriptions, roles, and responsibilities. It emphasizes the importance of documenting the project owner or manager's contact information. The structured approach is evident in the inclusion of three distinct project templates, each allowing for detailed insights into offeror experience and project specifics. This format is designed to ensure that government entities can effectively evaluate the capabilities and certifications of potential contractors, which is essential for compliance with specific project values and recent activity criteria set in the SIR document. Overall, the purpose of the document is to facilitate a comprehensive and standardized method for submitting project proposals that meet governmental requirements.
    The U.S. Department of Labor's Wage and Hour Division provides Form WH-347, which contractors and subcontractors may use to report payroll information for federally financed or assisted construction projects. While completion of the form is optional, it is mandatory for covered entities to comply with regulations requiring weekly payroll submissions, including a signed "Statement of Compliance." This statement affirms that workers have received proper wages as per Davis-Bacon Act standards and details permissible deductions. Additionally, contractors must ensure all employees, including apprentices, are registered appropriately. The document estimates an average completion time of 55 minutes and warns of potential legal repercussions for falsifying information. The emphasis is on maintaining accurate wage payment records and safeguarding employee compensation rights in federally funded projects, crucial for compliance and oversight in government-funded work.
    The document is a Contractor's Release form from the Department of Transportation, which formalizes the release of the federal government from liabilities and claims after payment under a specific contract. The contractor acknowledges receipt of a specified sum and discharges the government and its agents from any responsibilities related to the contract, except for specified claims, third-party liabilities not yet known, and certain patent-related costs. The release must be executed with a witness or, in the case of corporate contractors, a designated corporate officer must verify the authority of the signatory. This document serves to protect the government while ensuring contractors are aware of their obligations and liabilities, aligning with standard practices in federal contracts and RFP processes to maintain accountability and transparency in governmental financial dealings.
    The document discusses various facets related to federal and state local Requests for Proposals (RFPs) and grants, addressing issues of compliance, safety, and procedural adherence. It outlines the necessity for meticulous planning and execution within the scope of these projects, highlighting the importance of detailed assessments before any construction or renovation work begins. Key topics include risk management, especially concerning hazardous materials, and the regulations that govern their handling. It emphasizes the collaboration between various stakeholders, including engineers, contractors, and local authorities, ensuring that projects align with established standards and community safety protocols. The document ultimately serves as a guideline for effective execution of government-funded projects, underscoring environmental health considerations and the intricate nature of project management within the public sector.
    The document outlines the details for a mandatory site visit related to a federal Request for Proposals (RFP). Interested participants must register by emailing the provided contacts by April 22, 2025, and are required to attend the site visit on April 23, 2025, at 9:00 AM ET at 14510 Airport Pkwy, Clearwater, FL. Only one site visit will occur; no additional visits will be granted. Attendees must meet specific security requirements, including providing a valid government-issued photo ID, being U.S. citizens, notifying the organizers 24 hours in advance, and undergoing a background check. The contact person for inquiries is Joseph Pecora, whose information is included for further assistance. This structured approach ensures compliance with security protocols and is essential in the context of government contracting procedures.
    The document pertains to the pre-bid Request for Information (RFI) for the project "Remove and Replace Parking Lot & Driveway" in St. Petersburg, FL, outlined under solicitation number 6973GH-R-00138. Key points include the storage of construction materials, necessary repairs to eliminate water ponding in the road due to a divot, and the scope of work (SOW) which specifically involves removing and replacing approximately 27,500 square feet of asphalt paving. The contractor must ensure optimal stormwater drainage towards specified structures and verify conditions on-site. It highlights the importance of minimizing damage to existing features like the security gate during construction activities. Critical information is supplemented by aerial photographs and specific drawings to guide the contractor in their scope of work. Overall, the document provides essential logistical and regulatory information to facilitate effective bidding and execution of the construction project, ensuring compliance with standards set by the Federal Aviation Administration (FAA).
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.