Concrete Walkway
ID: 6973GH-24-R-00231Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is crucial for enhancing infrastructure at the FAA Aeronautical Center, ensuring safety and functionality in air traffic operations. Interested contractors must submit proposals via email by October 7, 2024, and are encouraged to RSVP for a site visit scheduled for September 17, 2024, by contacting Haylee Hildebrand at haylee.p.hildebrand@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for constructing a new concrete walkway to the ASTI MEB improvements at the FAA Air Route Traffic Control Center in Anchorage, Alaska. The contractor is entirely responsible for providing all necessary labor, management, tools, and materials to complete approximately 300 linear feet of sidewalk, adhering to the Municipality of Anchorage Standards and Specifications (M.A.S.S.). Key tasks include layout, excavation, installation of subbase material, concrete placement, and compliance with safety and warranty standards. The contractor must also coordinate closely with site representatives, ensuring minimal disruption to ongoing operations at this secure facility. A preliminary construction schedule must be submitted within seven days of award, and workers must follow strict security protocols. The government will provide essential utilities while the contractor must maintain liability insurance and supply protective equipment. Upon completion, the site must be cleared of debris and inspected by government representatives before final acceptance. This project illustrates a commitment to enhancing infrastructure for air traffic safety and functionality while ensuring compliance with relevant standards and regulations.
    The document details the reporting requirements mandated by the Bipartisan Infrastructure Law (BIL) for contractors involved in projects funded under this act. It defines key terms, such as "Contract," "First-tier Subcontract," and "Total Compensation." Contractors are required to submit quarterly reports using a standardized "Uniform Bipartisan Infrastructure Law (BIL) Data Report" form, which must include essential information like business details, contract obligations, locations of job control numbers (JCNs), and details on job creation linked to BIL funding. The clause emphasizes accountability and transparency in the utilization of BIL funds. All contracts, including various procurement methods funded by the BIL, are required to incorporate these reporting stipulations to ensure compliance and effective tracking of resources and job creation. The purpose of the document is to establish clear guidelines for federal and state contractors to ensure proper reporting and oversight of infrastructure funding, establishing a framework to promote efficiency and societal benefits from the BIL investments.
    The Uniform Bipartisan Infrastructure Law (BIL) Data Report provides a structured framework for reporting essential contractor information related to FAA projects under BIL funding. It consists of five primary tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab requires specific details such as contractor contact data, contract identifiers, total obligations, job control numbers (JCNs), and relevant dollar values. The document emphasizes compliance with the “Buy American” initiative, requiring reporting on non-domestic products utilized in projects, as well as documenting energy savings through initiatives tied to specific JCNs. Additionally, it instructs contractors to report total subcontracting amounts categorized by socio-economic status. The jobs creation tab mandates specifics on full-time equivalent job creation from both contractors and first-tier subcontractors. This reporting mechanism aims to ensure accountability, promote domestic business practices, and evaluate the economic impact of projects, aligning with transparency mandates typical of government RFPs and grants. The document also includes necessary contact information for reporting queries and highlights the importance of adhering to Paperwork Reduction Act standards, showcasing a commitment to efficient data collection while minimizing reporting burdens on contractors.
    The document is a Contractor's Release form from the Department of Transportation, which formalizes the release of the United States government from liability concerning a specified contract. It outlines the financial amounts that have been paid and are payable, along with stipulations regarding the release of claims against the government. Notably, the form allows for exceptions, including specified claims and those concerning liabilities to third parties unknown at the time of the release's execution. The contractor is also obliged to notify the contracting officer about any unresolved patent matters or related claims not covered by the release. The document must be signed by the contractor or a corporate representative, with provisions for verification of corporate authority if applicable. This Contractor's Release is integral to the administration of contracts under government RFPs, federal grants, and state/local RFPs, ensuring a clear understanding of liabilities and claims associated with contractual agreements.
    The document outlines a Request for Proposals (RFP) process designed to collect essential information from potential offerors for government projects. It includes sections for vendor details, project specifics, applicable contracts, and experience necessary to qualify for participation. Each offeror must provide their company name, contact information, contract details, project status, and a description of their roles and responsibilities. Additionally, there are designated slots for project ownership contacts, including government entities. The details must comply with previously outlined criteria concerning project value and relevancy. Overall, this structure serves to facilitate the government's evaluation of suitable contractors and ensure they meet established standards for ongoing and future projects, reinforcing accountability and efficiency within federal and local initiatives.
    The document outlines a solicitation for a competitive bid concerning the construction of a sidewalk at the FAA Aeronautical Center in Anchorage, Alaska, with a tender submission deadline of October 7, 2024. It specifies a project budget between $25,000 and $50,000, which is set aside exclusively for small businesses. A site visit is scheduled for September 17, 2024, requiring prior registration via email. The successful contractor is expected to complete the project within 30 days upon receiving notice to proceed. Included in the document are key requirements such as adherence to federal regulations, a scope of work detailing the construction of a new concrete walkway, and a series of mandatory clauses related to worker safety, waste management, and payment processing through an electronic invoicing system. Additionally, there are clauses enforcing compliance with the Buy American Act regarding construction materials. The solicitation emphasizes the importance of following established processes, offers maintenance responsibilities for managing material usage, and mandates the maintenance of appropriate workplace standards to facilitate a safe working environment. This document serves as a critical framework for prospective contractors, ensuring they comply with federal standards while submitting their bids.
    Lifecycle
    Title
    Type
    Concrete Walkway
    Currently viewing
    Solicitation
    Similar Opportunities
    **BILL FUNDED** Replacing the Mechanical Room Flooring Power Services building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to replace the flooring in the Mechanical Room of the Seattle Air Route Traffic Control Center (ZSE) in Auburn, Washington. The project involves removing existing flooring, preparing the surface for a new low VOC epoxy coating, repairing cracks, and applying a new epoxy floor, with a completion timeline of thirty days following the Notice to Proceed. This initiative is part of the FAA's commitment to maintaining infrastructure while ensuring operational integrity and safety, backed by funding from the 2022 Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further inquiries. The estimated budget for this project ranges from $1,000,000 to $1,500,000, with a mandatory site visit scheduled for September 9, 2024.
    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.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    **BILL FUNDED** Refurbish Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to refurbish the Paint Power Services Building at the Seattle Air Route Traffic Control Center (ZSE) located in Auburn, Washington. The project involves comprehensive exterior maintenance, including pressure washing, preparation, and painting of all exterior metal surfaces, while adhering to safety and environmental regulations, with specific tasks such as waterproofing and encapsulating lead paint. This refurbishment is crucial for maintaining the operational integrity and safety standards of FAA facilities, with an estimated contract value between $1,000,000 and $1,500,000 and a performance period of 30 days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for September 9, 2024, and all inquiries directed to Joel Scott at joel.e.scott@faa.gov.
    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.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors for exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT). The project involves various repair tasks, including repainting exterior doors and replacing damaged soffits, with an estimated contract value between $100,000 and $200,000. This procurement is crucial for maintaining the operational integrity and safety of air traffic management facilities. Interested vendors must submit their proposals by September 17, 2024, at 12 PM MST, and can direct inquiries to Angela Layman at angela.layman@faa.gov.
    6973GH-24-R-00036 Mobile Shelter IDIQ
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the procurement of pre-cast concrete shelters, specifically designed for mobile applications. The contract will cover the manufacture, installation, and delivery of shelters in two sizes (12x20 and 12x36) over a five-year period, with a focus on small business participation as it is a Total Small Business Set-Aside. These shelters are critical for enhancing aviation communications infrastructure, ensuring compliance with safety and environmental regulations, and meeting operational needs. Interested contractors must submit their proposals by September 18, 2024, at 5 PM Central Time, and can direct inquiries to Jason Fox at Jason.A.Fox@faa.gov or by phone at 405-954-4940.
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the refurbishment or replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport in Savannah, Georgia. This project, which is anticipated to be awarded as a Firm Fixed-Price contract, aims to enhance the airport's infrastructure and ensure compliance with federal standards, including accessibility requirements under the Americans with Disabilities Act (ADA). The estimated contract value ranges from $500,000 to $1 million, with a performance period of 90 days following the notice to proceed. Interested contractors must submit their proposals by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further inquiries. A mandatory site visit is scheduled for September 16, 2024, at 10:00 AM EST.
    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.