FAA V-PAR Construction
ID: 6973GH-26-R-00020Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the construction of a Vertical Take-Off and Landing (VTOL) Procedures and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This project, designated as a total small business set-aside, includes a base bid with two Contract Line Item Numbers (CLINs) for constructing a Touchdown and Lift-Off area, a covered weather shelter, a support building, and extending Shaffer Street with utilities, along with five additional bid options. The estimated contract value ranges from $5 million to $10 million, with proposals due by December 5, 2025, at 3:00 PM CT. Interested contractors should review all attached documents for detailed requirements and contact Neil Amaral or Andre Casiano for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 6973GH-26-R-00020 for V-PAR Construction extends the proposal due date from November 17, 2025, at 3:00 PM CT to December 3, 2025, at 3:00 PM CT. This modification, issued by AAQ-730 FAC. & AVIATION SAFETY ACQ, specifically alters the deadline for offer submissions while all other terms and conditions of the original Solicitation for Proposal (SIR) remain unchanged. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment 0002 to Solicitation 6973GH-26-R-00020 for V-PAR Construction incorporates updated technical information and extends the proposal due date. Key updates include the addition of a Questions & Answers document (Attachment 14) and two VPAR Technical Addendums (Attachments 15 and 16). The deadline for proposals has been extended from December 3, 2025, to December 5, 2025, at 3:00 PM CT. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures that potential offerors have comprehensive information and adequate time to submit their proposals for the V-PAR Construction project.
    Amendment 0003 to Solicitation 6973GH-26-R-00020 for the V-PAR Construction project, effective November 24, 2025, incorporates Attachment 17 Section B 11.24.25. This attachment replaces the previous Section B (page 4 of the SIR) in its entirety and adds specific areas for offerors to input prices for the Total Evaluated Price, including the Base Bid (CLINS 00001 & 00002) and all Bid Options. Offerors must submit Attachment 17 Section B 11.24.25 with their proposal as identified in Section L of the SIR. This amendment ensures that all offers provide comprehensive pricing details for evaluation.
    The Scope of Work for the MMAC eVTOL Procedures and Analysis Range (VPAR) project at the Mike Monroney Aeronautical Center in Oklahoma City, OK, outlines the construction of a new eVTOL Procedures and Analysis Range. This includes a 5,364 gross square foot vehicle weather shelter, a 1,315 gross square foot support building, 38,100 square feet of taxi, touchdown, and lift-off areas, and related site improvements. The project encompasses site demolition, grading, soil preparation, street extension, paving, electrical work, utilities, concrete foundations, structural steel, building envelope, interior finishes, and various systems like fire suppression, plumbing, HVAC, electrical power, lighting, fire alarm, and lightning protection. The contract duration is 425 calendar days, and the contractor must meet all requirements in the project drawings and specifications, coordinating closely with the FAA COR for scheduling, submittals, and utility outages. Adherence to quality assurance, security protocols, and environmental waste diversion (minimum 50%) is mandatory. The contractor must maintain project record documents and comply with all applicable codes and permits.
    Standard Form 25A is a payment bond used for federal contracts, as required by 40 USC Chapter 31, Subchapter III, Bonds, to protect individuals supplying labor and materials. This form outlines the obligations of the Principal (contractor) and Surety(ies) to ensure payments to all persons involved in furnishing labor or materials for the specified contract and its modifications. Key instructions detail how to complete the form, including requirements for the Principal's legal name and address, authorized signatures, and evidence of authority for representatives. For corporate sureties, they must be approved by the Department of the Treasury, and their liability limits can be allocated in co-surety arrangements, totaling 100% of the bond's penal sum. Individual sureties must submit a completed Standard Form 28 (Affidavit of Individual Surety). The form also specifies the need for corporate seals and typed names and titles of all signatories. The OMB control number for this collection is 9000-0001, with an expiration date of 1/31/2027.
    The document is a Past Performance Experience Information Form, designed for contractors to provide detailed information regarding their past project performance. It requires the contractor's name and address, contract or purchase order number, dollar value, and status (active or complete with completion date). The form also requests the project title, location, a comprehensive description of the contractor's role and responsibilities, and contact information for the project owner or manager. This form is typically used in government RFPs, federal grants, and state/local RFPs to assess a contractor's qualifications and experience for future projects.
    The "V-PAR Construction Past Performance Survey" is a critical document for federal government procurements, specifically RFPs related to construction projects. It aims to gather detailed past performance information from contractors and their clients to evaluate suitability for future contracts. The survey is divided into two parts: the offeror completes the first part, providing project descriptions, contract details, and any issues encountered (e.g., deficiency or cure notices). The second part is for the client/customer to assess the contractor's compliance, timeliness, personnel performance, and overall satisfaction. This includes questions about contract termination, integrity issues, and whether the client would recommend the contractor for future work. The survey emphasizes transparency and accountability, with a due date tied to the SIR/RFO, ensuring a comprehensive evaluation of a contractor's past performance for the V-PAR Construction Project.
    The provided document indicates an issue displaying its content, suggesting the user's PDF viewer may be unable to render the document type. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This content is not a government RFP, federal grant, or state/local RFP itself, but rather a technical message related to viewing such documents.
    The "VPAR CONSTRUCTION FA4855-17-R-0008-0004" document is a comprehensive attachment detailing numerous questions, comments, and clarifications regarding a government solicitation (6973GH-26-R-00020 dated 10/16/2025) for construction services, along with corresponding government responses. Key issues addressed include the requirement for a bid bond, bid schedule clarification, contractor personnel suitability requirements, HVAC commissioning, past performance submission criteria, key personnel qualifications, structural design alternatives, lighting specifications, ADA compliance, AISC certification waivers, small business subcontracting plans, tax exemption status, site visits, weather delay claims, pricing evaluation, use of project management software, government shutdown impacts on submissions, project duration, material specifications, permit requirements, fire suppression, site access, and detailed queries on electrical, telecommunications, and mechanical systems. The document also clarifies responsibilities for various aspects of the project, including utility connections, studies, and facility integration, emphasizing adherence to contract documents and established standards.
    Addendum No. 001 for the V-PAR: VTOL - Performance and Analysis Range project outlines key revisions to contract documents and specifications. Issued on November 17, 2025, it updates door hardware, deletes residential appliances, and adds asphalt specifications. Drawing revisions include updates to the sheet index, site layout, grading, storm sewer plans, miscellaneous details, framing sections, exterior and interior elevations, roof details, door schedule, finish and signage plans, and electrical diagrams. The addendum also replaces several public wastewater and water main sheets and adds a design-ready survey. A substitution request for Manko Window Systems 2600XPT was not approved. The document extensively details requirements for door hardware, including product data, schedules, keying, quality assurance, installation, and specific hardware sets for various doors.
    Addendum No. 2 for the V-PAR: VTOL Performance and Analysis Range project revises several sections of the original Construction Documents, with these revisions taking precedence. Key updates include providing a vapor barrier under the slab for both the Weather Shelter and Support Building, clarifying communication equipment responsibilities in Room 104 (Contractor to provide and install racks, patch panels, and labeling, with FAA providing switches and IP addresses), and stipulating that the Contractor is responsible for all telecommunications cabling, terminations, and testing. Additionally, a City of OKC prequalified Paving Contractor Class B or better is now required. The document also includes detailed revisions to sections on Submittals (01 30 00), Cast-in-Place Concrete (03 30 00), and Testing, Adjusting, and Balancing for HVAC (23 00 00), outlining specific procedures, material requirements, quality assurance, and reporting standards for each. These revisions aim to ensure clarity, compliance, and quality throughout the project.
    The document outlines a Firm-Fixed Price Contract for constructing the MMAC V-PAR project at the Mike Monroney Aeronautical Center in Oklahoma City, OK. The project involves improving the site and building a new VTOL Procedures (Performance) and Analysis Range (V-PAR). The scope includes a base bid with two Contract Line Item Numbers (CLINs) and five bid options. CLIN 00001 covers a Touchdown and Lift-Off (TLOF) area, a covered weather shelter, a support building (Admin Building) with observation, restroom, and storage facilities, and parking for eight vehicles. CLIN 00002 involves the extension of Shaffer Street and utilities to the V-PAR site. The bid options include Weather Shelter Siding, Airfield Approach Lights, Airfield Apron Edge Lights, Airfield Apron Floodlights, and Admin Building Canopies. The government intends to award all bid options simultaneously with the base bid, contingent on funding availability.
    The V-PAR VTOL - Performance and Analysis Range project, located at the Mike Monroney Aeronautical Center in Oklahoma City, involves the new construction of a vertiport, e-VTOL aircraft weather shelter, and a support building. Issued for construction on October 15, 2025, the project includes various add options such as weather shelter enclosure panels, sloped panels at the canopy roof perimeter, approach lights (green), apron edge lights (blue), apron floodlights (white), and cantilever aluminum canopies at the support building. The project adheres to a comprehensive set of building codes and standards, including the 2018 International Building Code (IBC), 2017 National Electrical Code (NEC), and various NFPA standards. Detailed plans cover general, civil, airfield lighting, structural, architectural, interior, fire protection, plumbing, mechanical, and electrical aspects. Safety information, including utility warnings and sensitive security information, is emphasized throughout the documentation.
    This document is a 100% Type B Design Analysis for the V-PAR (VTOL – Performance and Analysis Range) building at the Mike Monroney Aeronautical Center in Oklahoma City, OK. It outlines the project manual, including a table of contents detailing various construction divisions from procurement to utilities. A key component is the Geotechnical Data report by ECS Southwest, LLP, dated February 21, 2025. This report provides critical information for the design and construction of the facility, which includes a 5,625 sq ft vehicular hangar and a 1,600 sq ft administration/restroom area. It addresses potential vertical soil movements due to highly expansive clay soils, recommending subgrade improvements, shallow foundations, or drilled pier systems. The report also covers building slab options (structurally suspended or slab on grade), building perimeter conditions, seismic design considerations (Site Class C), pavement design (flexible and rigid), site retaining walls, and corrosion potential of on-site materials.
    This government file outlines the "V-PAR, VTOL – Performance and Analysis Range" project at the Mike Monroney Aeronautical Center in Oklahoma City, focusing on electrical systems. It details supplemental electrical requirements, including abbreviations, definitions, and submission guidelines for informational and closeout documents. The document specifies standards for medium-voltage cables, low-voltage electrical power conductors, cables, and comprehensive grounding and bonding requirements. It emphasizes adherence to industry standards like NFPA 70 and NETA ATS, outlining product specifications for various electrical components and installation procedures. The project also mandates a Facility Electrical Maintenance Program (EMP) analysis and specific qualifications for testing personnel, ensuring safety, quality, and regulatory compliance for the electrical infrastructure of the V-PAR building.
    The Mike Monroney Aeronautical Center (MMAC) Construction Safety program, detailed in AC 3900.21F Chg 2 Chapter 33, establishes comprehensive safety requirements for all construction, renovation, and related activities on campus. It applies to all personnel and mandates compliance with OSHA 29 CFR 1926 and other industry standards. The chapter outlines specific roles and responsibilities for MMAC Top Management, EOSH Staff, Operations and Maintenance Division (AMP-300), Architecture and Engineering Division (AMP-400), MMAC Supervisors and Employees, and Contracting Officers (COs) and Representatives (CORs). Key program elements cover personal protective equipment (PPE) including clothing, head, eye, face, hearing, foot, and respiratory protection. It also details fire protection measures such as emergency notification, means of egress, housekeeping, smoking policies, heating device regulations, fire extinguishers, and hot work permits. Additional sections address safety protocols for roof work, scaffolds, medical services and first aid, excavations, hazardous energy control (lockout/tagout), exposed electrical circuits, confined spaces, lightning, and concrete saws. Contractors and subcontractors must comply with all provisions of this chapter.
    The provided government file outlines operational control documents for construction contractors, focusing on environmental and occupational safety and health (OSH) hazards. It details procedures for managing storm and surface water discharges, solid waste generation, electrical hazards, falls, and physical hazards. Each section specifies the significant aspect/hazard, compliance obligations, operational controls (such as training, inspections, PPE, and de-energizing circuits), maintenance plans, actions for control failures (e.g., advisory notices), required records, and responsibilities of both construction contractors and AMP-400 inspectors. The documents emphasize annual reviews, contractor training, site inspections, and adherence to permits and policies to ensure environmental protection and worker safety during construction activities.
    The General Decision Number OK20250049 is a wage determination for building construction in Oklahoma County, Oklahoma, excluding residential construction of single-family homes and apartments up to four stories. It outlines minimum wage rates and fringe benefits for various trades, including bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, plumbers, HVAC mechanics, pipefitters, roofers, sprinkler fitters, and sheet metal workers. The document highlights the applicability of Executive Orders 14026 and 13658, which mandate minimum wage rates of $17.75 and $13.30 per hour, respectively, for covered federal contracts. It also details requirements for paid sick leave under Executive Order 13706. The file provides instructions for adding unlisted job classifications and outlines the appeals process for wage determination matters, including contacts for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations.
    Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to ensure that a principal (bidder) will enter into a contract if their bid is accepted. This form outlines the obligations of both the principal and surety(ies) to the United States Government. It specifies that if the principal fails to execute contractual documents and provide required bonds within the stipulated timeframe after bid acceptance, they must compensate the Government for any cost of procuring the work that exceeds the original bid amount. The document details requirements for corporate and individual sureties, including their liability limits and the need for proper authorization and seals. It also covers instructions for completing the form, such as inserting legal names and addresses, expressing penal sums as percentages of the bid price with maximum dollar limitations, and adhering to Department of the Treasury guidelines for approved sureties. The form also allows for extensions of bid acceptance time, with a waiver of notice to sureties for extensions totaling up to 60 calendar days beyond the original period.
    Standard Form 25 (SF 25) is a performance bond used in U.S. Government contracts, prescribed by GSA-FAR. It establishes a firm obligation between a Principal (contractor) and Surety(ies) to the United States of America for a specified penal sum. The bond ensures the Principal will fulfill all contract terms, conditions, and modifications, including extensions and guarantees. It also obligates the Principal to pay all government-imposed taxes related to wages in construction contracts, as per 41 USC Chapter 31, Subchapter III. The form includes sections for identifying the Principal (individual, partnership, joint venture, or corporation) and Surety(ies), detailing their liability limits. Instructions clarify requirements for corporate and individual sureties, including the need for corporate seals, adherence to the Department of the Treasury's list of approved sureties, and submission of Standard Form 28 for individual sureties. The document emphasizes that any deviation from this form requires written approval from the Administrator of General Services.
    The Federal Aviation Administration (FAA) is hosting an optional site visit and pre-proposal conference for Screening Information Request (SIR) No. 6973GH-26-R-00020. The event will take place on November 3, 2025, at 10:00 a.m. Central Time, at the Mike Monroney Aeronautical Center (MMAC) to allow offerors to investigate the site and discuss the SIR. Companies can send a maximum of two representatives and must notify Neil Amaral at neil.s.amaral@faa.gov in writing by October 30, 2025, at 12:00 p.m. Central Time, providing company and representative details. Attendees must have a valid government-issued ID for MMAC access and are responsible for their own transportation to the worksite, requiring valid vehicle registration and insurance. Carpooling is encouraged. While badged individuals can attend, coordination with the Contracting Officer is recommended to ensure smooth access.
    This government solicitation (No. 6973GH-26-R-00020) is a Request for Proposal (RFP) for the construction of a VTOL Procedures (Performance) and Analysis Range (V-PAR) at the Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK. The project, designated AC-26-00022 and titled "AAQ-730 FAC. & AVIATION SAFETY ACQ," is a total set-aside for small business concerns with an estimated price range of $5,000,000 to $10,000,000. Proposals are due by November 17, 2025, at 3:00 P.M. CT. The scope includes a base bid with two CLINs (Touchdown and Lift-Off area, covered shelter, support building, parking, and extension of Shaffer Street with utilities) and five bid options (siding, airfield lighting, and canopies). The contractor must begin work within 10 calendar days of receiving a notice to proceed and complete it within 365 days. Key requirements include compliance with FAA facility regulations, environmental, safety, and health standards (including an EOSHMS General Awareness Briefing), electronic commerce and signature protocols, and strict adherence to specifications and drawings. The FAA will appoint a Contracting Officer's Representative (COR) for technical and administrative matters, but contract modifications altering price, technical requirements, or performance time remain with the Contracting Officer. This is a Firm-Fixed Price Contract, and the government intends to award all additive items with the base bid, subject to funding availability.
    This Q&A document clarifies several key aspects of the VPAR Construction project, addressing contractor responsibilities and project requirements. It confirms that a full-time Quality Control Manager (QCM) is not explicitly required based on referenced FAA standards, instead deferring to testing and inspection requirements within contract documents. The document also states that a full-time Site Safety and Health Officer (SSHO) was addressed in a previous Q&A. This project is not tax-exempt. Regarding special inspections, the contractor is responsible for most testing and inspections, with the owner covering those specifically listed in Section 01 40 00.01. Finally, the general contractor is responsible for obtaining and paying for all necessary building permits.
    Lifecycle
    Title
    Type
    FAA V-PAR Construction
    Currently viewing
    Solicitation
    Similar Opportunities
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for a major electrical upgrade construction project at the Thomas P. Stafford Building located at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. The project, identified as FAA SIR No. 6973GH-26-R-00009, involves upgrading existing electrical main service equipment, Motor Control Centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. This procurement is open to all qualified contractors, and a mandatory site visit is scheduled for November 6, 2025, with proposals now due by December 16, 2025, at 3:00 PM CT. Interested contractors should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381 for further details.
    Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP). This initiative aims to accelerate the safe integration of eVTOL and AAM aircraft into the National Airspace System by partnering State, local, tribal, and territorial (SLTT) governments with U.S.-based private sector organizations experienced in eVTOL/AAM development. The program focuses on demonstrating the viability of various applications, including air taxis, cargo transport, and emergency services, while generating data to inform future regulatory frameworks. Proposals must be submitted electronically by December 11, 2025, and interested parties should direct inquiries to Kristin Frantz or Karina Espinosa at the FAA. The FAA intends to award at least five Other Transaction Agreements (OTAs) based on the evaluation of submitted proposals.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma and North Texas, specifically under Solicitation No. 69056725R000017. This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the preservation of approximately 24.58 miles of pavement, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and reliable transportation routes. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    MYR ATCT Refurbish Parking Lot
    Buyer not available
    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.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), has issued a Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically Call 001-2026, inviting proposals for the integration of Unmanned Aircraft Systems (UAS) into the National Airspace System. This opportunity seeks Whitepapers that demonstrate and validate systems and technologies aligned with key focus areas such as UAS Traffic Management, Beyond-Visual-Line-of-Sight operations, and Advanced Air Mobility, among others. The FAA aims to enhance UAS integration in accordance with the FAA Reauthorization Act of 2024, with a total funding cap of $24 million available until September 30, 2028, requiring a minimum 1:1 cost-share from respondents. Interested parties must submit technical questions by October 17, 2025, and Whitepapers by November 14, 2025, to the Contracting Officer, Scott E. Raber, at Scott.E.Raber@faa.gov, with awards anticipated by September 30, 2026.
    MARKET SURVEY - EYW ATCT (Design-Build) Tower project in Key West, FL
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) at Key West International Airport (EYW), Florida. The project, with an estimated cost between $45 million and $55 million, aims to construct a modern, resilient facility that adheres to federal, state, and local codes, particularly focusing on hurricane wind loads and floodplain protection. This initiative is part of the Infrastructure Investment and Jobs Act and emphasizes safety, operational continuity, and high-quality workmanship. Interested vendors must submit their company information, relevant experience in similar projects valued at a minimum of $10 million within the last ten years, a completed Business Declaration form, and feedback on the proposed budget by 5:00 PM ET on December 8, 2025, to Robert Higgins at robert.higgins@faa.gov. An active SAM registration is required for consideration in future government contracts.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.