**BIL-FUNDED** SOLICITATION FOR ROOF REPLACE OF THE TRACON BUILDING AT FLO AIRPORT IN FLORENCE, SC.
ID: 6973GH-24-R-00022Type: Solicitation
Overview

Buyer

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

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 20, 2023 3:09 PM
  2. 2
    Updated Nov 16, 2023 3:50 PM
  3. 3
    Due Nov 20, 2023 10:00 PM
Description

Solicitation for Roof Replacement of the TRACON Building at Florence Regional Airport in Florence, SC

The Department of Transportation, Federal Aviation Administration (FAA), is seeking to replace the roof on the Terminal Radar Approach Control Facility (TRACON) at Florence Regional Airport in Florence, SC. This construction project, funded by the Bilateral Infrastructure Law (BIL), has an estimated value of $140,000.00 to $220,000.00. The FAA intends to award a Firm Fixed Price contract to the lowest price offeror eligible for award. The estimated performance time for this project is 45 calendar days after receiving Notice to Proceed (NTP).

This solicitation is a 100% Set-Aside to Small Businesses, and offerors must be registered in the System for Award Management (SAM) and represent as a Small Business in SAM representations and certifications to be eligible for award. The FAA has provided specific instructions for additional reporting requirements associated with BIL funded projects in the attached Uniform Bilateral Infrastructure Law Report and the SIR document.

A site visit has been scheduled for November 8, 2023, at 1000 local time at the address provided. Interested parties must contact the designated Point of Contact (POC) by November 7, 2023, at 1600 local time to attend the site visit.

All questions regarding the project/specifications/plans must be submitted in writing via email to Stephen.N.Branch@faa.gov by November 13, 2023, at 1600 CDT. The FAA will provide responses prior to the due date for receipt of proposals.

The offer due date for this solicitation is November 20, 2023, at 1600 (4:00 PM) Central Time. All responses must be submitted by email to Stephen.n.branch@faa.gov. The FAA reserves the right to cancel this solicitation at any time, and any costs incurred by interested offerors in developing a proposal or responding to this announcement are at their own risk.

For more information on the FAA's procurement policies, procedures, and guidance, please visit the following website: https://fast.faa.gov/PPG_Procurement.cfm

Point(s) of Contact
Files
Title
Posted
Similar Opportunities
SOLICITATION: REFURBISHMENT OF QNC BUEC FACILITY LOCATED AT COW CREEK RANCH IN FORT PIERCE, FL
Active
Transportation, Department Of
Solicitation: Refurbishment of QNC BUEC Facility located at Cow Creek Ranch in Fort Pierce, FL The Department of Transportation, Federal Aviation Administration, is seeking a contractor to refurbish the QNC BUEC facility located at Cow Creek Ranch in Fort Pierce, FL. The facility is used for radar and navigational purposes. The contract will be awarded to the offeror with the lowest priced quote received by August 12, 2024. A site visit has been scheduled for July 31, 2024, to verify site conditions. Interested parties should contact Brian Seaton for further details. All responses must be submitted by August 12, 2024, at 4:00 PM Central Time.
Refurbishment of TRACON Facilities at Canton, OH and Mansfield, OH
Active
Transportation, Department Of
The Federal Aviation Administration (FAA) seeks experienced construction and renovation contractors for a project involving two Terminal Radar Approach Control (TRACON) facilities in Ohio. The primary goal is to refurbish these facilities comprehensively, enhancing infrastructure and functionality. The scope of work includes selective demolition, electrical upgrades, and new construction, requiring careful coordination with airport staff while maintaining operational areas. The FAA estimates the construction magnitude to be between $250,000 and $1 million. The agency emphasizes adherence to strict technical specifications, timely performance, and competition is encouraged. Offerors must provide detailed pricing for each contract line item, considering direct and indirect costs, taxes, and other charges. Eligible applicants for this unrestricted competition must qualify under the NAICS code 236220 for commercial and institutional building construction. The FAA will evaluate applications based on their ability to meet technical requirements, with price being a determining factor. Interested parties should refer to the document titled "Solicitation - 697DCK-24-R-00488" for submission guidelines. Requests for Information must be submitted in writing to Angela.Layman@faa.gov by the deadline, 4pm MDT on August 20, 2024. For further clarification, contact Angela Layman at angela.layman@faa.gov regarding any questions about this opportunity.
QAS ARSR Embankment Repair
Active
Transportation, Department Of
The Federal Aviation Administration (FAA) has issued a Solicitation, Offer, and Award document, seeking a contractor for the QAS ARSR Embankment Repair project in Angel Peak, Nevada. The primary goal is to address erosion issues at the QAS ARSR Facility in Clark County. The scope of work involves designing and installing a retaining wall system, along with associated drainage and grading work. Additionally, the contractor will protect and relocate existing equipment, utilities, and stairways during construction, adhering to FAA guidelines. The agency emphasizes the need for minimal disruption to operations during the project. The selected contractor will be responsible for providing a comprehensive solution, including design, material procurement, and construction. They must also obtain necessary permits and adhere to strict safety protocols. The FAA has provided geotechnical information to aid in design and emphasizes the importance of adhering to a swift timeline. To be eligible, applicants must be registered in the System for Award Management (SAM) database and meet the small business size standard for Masonry Contractors (NAICS code: 238140). The FAA contemplates awarding a Firm Fixed Price Contract. Interested parties should download the Solicitation document, which includes a Statement of Work (SOW) and further instructions. All submissions must be in Microsoft WORD or PDF format and sent to the CO and Contracting Officer's Representatives via email. The new bid due date is August 22, 2024. The FAA will evaluate applications based on technical merit, feasibility, and cost-effectiveness. Compliance with numerous clauses, including lobbying disclosure and differing site conditions, will also be assessed. For more details, applicants should contact Marc LeMay or Suzanne Huggins, whose email addresses are provided in the Solicitation document.
Roof Repair and Refurbish in Oakland, CA
Active
Transportation, Department Of
Solicitation from the Department of Transportation, Federal Aviation Administration (FAA) is seeking roofing contractors for roof repair and refurbishment at three locations in and around the San Francisco Bay Oakland International Airport (OAKA, OAKQ, OAKZ) in Oakland, CA. The estimated construction magnitude for these projects is between $450,000.00 and $600,000.00. A one-time site visit is scheduled for Thursday, July 18, 2024, at 10:00 AM Pacific Time at the Oakland SSC Office. Prospective offerors must pre-announce their intent to inspect the site by Tuesday, July 16, 2024, and submit Requests for Information (RFIs) by July 22, 2024. Offers are due by 4pm Pacific time on Tuesday, July 30, 2024.
SEA ATCT and S46 TRACON Major Mechanical Upgrades
Active
Transportation, Department Of
The Federal Aviation Administration (FAA), under the Department of Transportation, has issued a solicitation seeking upgrades for two critical air traffic control facilities: Seattle TRACON (S46) and Seattle Airport Traffic Control Tower (SEA ATCT). The primary objective is to enhance the mechanical systems and infrastructure of these facilities while ensuring that operations can continue uninterrupted. This procurement involves multiple focus areas, including construction, cybersecurity, and IT services. The construction aspect aims to modernize the selected facilities, with work ranging from concrete and electrical improvements to the installation of plumbing and HVAC systems. Meanwhile, the cybersecurity and IT services aspect seeks advanced solutions to protect sensitive data and critical infrastructure from evolving cyber threats, emphasizing real-time monitoring and incident response capabilities. The FAA emphasizes the firm-fixed-price nature of the construction contract, with a potential project value between $5 million and $10 million. This project has strict timelines and requirements, including managing asbestos, coordinating access, and adhering to odor control measures. Interested parties must carefully review the detailed drawings, specifications, and stringent safety guidelines. For the cybersecurity and IT services, the agency seeks cutting-edge solutions, prioritizing cost-effectiveness, technical expertise, and past performance in complex projects. The procurement process involves multiple steps, with extended deadlines for questions and proposals. The FAA encourages prospective vendors to carefully review the requirements and submit detailed proposals accordingly. Several key dates apply across these opportunities, including extended deadlines for proposal submissions, with some files having specific deadlines mentioned. For instance, the construction project associated with the Seattle ATCT aims to have submissions in by October 13, 2023, while another mentions September 22, 2023, as the final submission deadline. All procurement processes emphasize the evaluation of vendors based on their ability to meet specific requirements, cost-effectiveness, and past performance, with some opportunities also considering environmental sustainability and organizational impact. Interested parties can direct questions to the primary contact, Ms. Joni Haynes, whose email is provided as joni.l.haynes@faa.gov.