***IIJA FUNDED*** SOLICITATION: REPLACE DOORS AT THE POWER SERVICES BUILDING AT THE ZKC AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC) IN OLATHE, KS.
ID: 6973GH-25-Q-00099Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of doors at the Power Services Building (PSB) located at the ZKC Air Route Traffic Control Center (ARTCC) in Olathe, Kansas. This project involves a firm fixed-price contract for the complete removal and replacement of doors, frames, and hardware, with a contract value estimated between $120,000 and $160,000, and a completion timeline of 45 days following the Notice to Proceed. The initiative underscores the FAA's commitment to enhancing facility security and operational efficiency while promoting small business participation in federal contracting opportunities. Interested contractors must submit their proposals by May 19, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The FAA Aeronautical Center has issued a Request for Quotes (RFP) for a construction project involving the replacement of doors at the ZKC CTRB Power Services Building. The solicitation is designated as competitive and is focused on small business participation, with a contract valued between $120,000 and $160,000. The project requires completion within 45 days following the Notice to Proceed. Key documentation includes a Statement of Work, Wage Determination, and various organizational forms, which must be submitted within 30 days of the award. The contractor is responsible for all aspects of the construction, including obtaining necessary performance and payment bonds if required. Additional requirements stipulate that all offers must adhere to specified clauses concerning work quality, potential delays, and contract administration. The solicitation also incorporates clauses concerning environmental compliance, including the prohibition of asbestos-containing materials and waste management practices during construction. This RFP reflects the government's effort to engage small businesses for federal contracts while emphasizing adherence to safety and regulatory standards.
    The document is a "Contractor's Release" form issued by the Department of Transportation, aimed at formalizing the release of claims by a contractor upon receiving payment under a specific contract. The contractor acknowledges receipt of a sum that includes amounts paid and payable, and in exchange, releases the government and its affiliates from various liabilities arising from the contract. Notably, the release does not cover specified claims, contingent liabilities to third parties, and patent-related costs, which the contractor must notify the Contracting Officer about within a designated period. Additionally, the contractor is obligated to comply with contract stipulations regarding patent issues and litigation. The form includes spaces for contractor details, signatures, and a corporate authority statement if applicable, emphasizing the necessity of formal validation for corporate signatories. This document plays a crucial role in federal procurement processes by ensuring liability clarity and protecting government interests as they engage with contractors in various projects, consistent with RFP and grant regulations.
    The document outlines the requirements for offerors responding to a Request for Proposal (RFP), including essential information to be submitted by potential contractors. Key elements include the offeror's details, contract or purchase order information, project title and location, project status, and a description of the offeror's role and responsibilities in the project. Additionally, the document underscores the importance of offeror experience, referencing specific sections for criteria on minimum project value and recency. Both comprehensive project descriptions and client contact information are requested to give a clear understanding of the offeror's capabilities in relation to the project. This structured approach aids in evaluating proposals for government projects while ensuring compliance with established criteria for federal and state RFPs and grants.
    The document consists of a Q&A sheet regarding RFP 6973GH-25-Q-00099 for ZKC Doors, addressing specifications and operational concerns related to door installations. Key inquiries focus on dimensions, required finishes, security protocols for thresholds, warranty duration, and fire-rating requirements. Door 109, specifically noted for having no lock, raises questions about standardization of panic devices across six door pairs; however, standardization is deemed unnecessary. Notably, confirmation of electric lock removal coordination with FAA personnel is emphasized. The information aims to clarify project details, enabling compliant and efficient execution in accordance with federal guidelines. The document reflects a procedural approach often seen in government contracts, ensuring transparency and adherence to technical requirements for infrastructure projects.
    The Power Services Building (PSB) Door Replacement project in Olathe, KS, scheduled for May 2024, entails complete door, frame, and hardware replacements following specified service requirements. The contractor is tasked with the removal of existing doors and frames, repair of concrete surfaces, installation of new doors and hardware, and adherence to specific material and environmental requirements. Key responsibilities include ensuring weather-tightness, conducting site inspections, and maintaining facility operations throughout the construction period. The contractor must coordinate closely with FAA representatives for the repowering of electric locks and manage the installation sequence to minimize disruptions. A comprehensive submittal process is mandated for materials and services, with specific guidelines for door types, hardware, and installation methods. The purpose of this document aligns with federal regulations and standards for facility upgrades, reflecting the commitment to safety, operational efficiency, and enhanced security at governmental facilities. This summary encapsulates the main topic, objectives, and critical elements of the Statement of Work for the door replacement project while providing context within government contract documents.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    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.
    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.
    DOOR, ACCESS, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of "DOOR, ACCESS, AIRCRAFT" (NSN: 1560-01-008-5440 FL), specifically a right-hand outboard cove lip door made of aluminum. This acquisition is set aside for small businesses under NAICS code 336413, with a size standard of 1,250 employees, and requires a minimum of 25 and a maximum of 75 units, with a current required quantity of 49. The procurement emphasizes the importance of First Article Approval, necessitating contractors to submit a First Article Test Report, Certificate of Compliance, and Material Certification, with production contingent upon government approval of the first article. Interested parties should contact James Maynard at james.maynard.6@us.af.mil or call 730-321-2262 for further details regarding the solicitation process.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.