*IIJA* ATLANTA AIR ROUTE TRAFFIC CONTROL CENTER Abate Rust, Remove Louvers and Infill on the ATL ARTCC Building Atlanta Air Route Traffic Control Center (ZTL)
ID: 2500654Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

ENGINE ELECTRICAL SYSTEM COMPONENTS, NONAIRCRAFT (2920)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract to abate rust, remove nonfunctional louvers, and infill openings at the Atlanta Air Route Traffic Control Center (ZTL) located in Hampton, Georgia. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, which has a budget between $50,000 and $100,000, within 30 days of receiving the Notice to Proceed (NTP). This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with safety standards and minimal disruption to FAA operations. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details, and must submit sealed offers by the designated deadline following a mandatory site visit scheduled for February 20, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) RFP outlines a project to remove two nonfunctional louvers and address rust damage at the Atlanta Air Route Traffic Control Center. Situated at 299 Woolsey Road, Hampton, GA, the contractor is responsible for providing necessary materials, labor, and equipment to complete the work. Key tasks include the removal and disposal of the louvers, extensive rust abatement on adjacent brick walls, and filling the openings with brick and concrete masonry units matching existing structures. Safety measures, including detailed scaffolding and construction plans, must be submitted for approval, ensuring compliance with OSHA regulations. The work area must remain secure overnight, and all activities should cause minimal disruption to FAA operations. The contractor must also coordinate closely with the FAA's Contracting Officer's Representative (COR), who oversees scheduling, site access, and safety protocols throughout the project. The ultimate goal is to preserve the integrity of the facility while completing required repairs, ensuring compliance with safety and operational guidelines.
    This document outlines a solicitation for a construction contract related to corrosion control at the ZTL Center, with a project budget between $50,000 and $100,000. The FAA's Aeronautical Center has issued this request, requiring contractors to provide all necessary labor, materials, and equipment to complete the specified work within 30 days after receiving the Notice to Proceed (NTP). Key requirements include a mandatory site visit scheduled for February 20, 2025, and the submission of sealed offers by a designated deadline. Contractors must furnish performance and payment bonds, comply with various federal regulations, and acknowledge any amendments to the solicitation. The performance period is crucial, with stipulations for responsiveness to modifications, ensuring compliance with safety standards, and adhering to governmental requirement clauses. The document emphasizes the importance of timely communication, documentation of services, and electronic submission processes for invoice payments, pointing to the Federal Aviation Administration's integration of electronic commerce practices. The overall goal is to ensure that the contractor meets the FAA's needs while maintaining safety and consistency with federal guidelines throughout the execution of the project.
    The document serves as an information attachment for contractors responding to a federal Request for Proposal (RFP) for corrosion control services related to the ZTL CTRB project. It outlines specific experience requirements that contractors must detail in their submissions. Required information includes the contractor's name, address, contract number, dollar value, status (active or complete), project title, location, and a description of the contractor's roles and responsibilities. Additionally, it asks for contact details of the project owner or project manager. This structured format ensures that vendors provide comprehensive and relevant experience that aligns with the project needs, facilitating the evaluation process during source selection. The emphasis on contractor qualifications highlights the importance of expertise in the performance of government contracts, reinforcing compliance and effectiveness in execution.
    The document appears to be a corrupted or encoded data file that contains no meaningful information. It includes repetitive patterns, gibberish symbols, and some numerical sequences, indicating it may not be a valid government RFP or grant proposal. As such, it lacks the main topic, key ideas, and identifiable structure typically found in documents associated with federal grants and contracts, such as assessment criteria, funding allocation, program objectives, or application guidelines. Because it is unreadable and does not convey relevant details, it cannot provide insights or conclusions pertinent to government requests for proposals or funding opportunities.
    Similar Opportunities
    *IIJA* REPLACE 4-INCH SANITARY SEWER PIPE IN ZTL AUTOMATION BASEMENT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of approximately 75 feet of cracked 4-inch sanitary sewer pipe in the Automation Basement of the ZTL facility located in Hampton, Georgia. The project aims to address sewage odor issues by installing new cast iron piping with no-hub fittings, requiring careful planning and coordination with FAA representatives to minimize disruption to facility operations. Contractors must submit a detailed replacement plan, including methodologies, safety protocols, and compliance with OSHA regulations, with the total estimated cost of the project under $50,000 and a completion timeline of 30 calendar days post-notice to proceed. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details and to ensure compliance with the submission requirements.
    ATLANTA (ZTL) NADIN BLDG , LED Lighting System Upgrade - IIJA JCN: 24003995
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the LED Lighting System Upgrade at the ZTL NADIN Building located in Hampton, Georgia. The project aims to retrofit existing fluorescent lighting systems with energy-efficient LED fixtures, enhancing safety and compliance with environmental standards while minimizing disruption to the FAA's 24/7 operations. This total small business set-aside contract, estimated between $25,000 and $50,000, requires contractors to be registered in the System for Award Management (SAM) and adhere to specific safety and performance guidelines. Interested bidders must attend a site visit on February 25, 2025, and submit their proposals by March 14, 2025; for further inquiries, they can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for a project to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires contractors to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with stringent quality and safety standards. This initiative is crucial for maintaining operational integrity in a critical air traffic control environment, ensuring minimal disruption to ongoing activities during the installation process. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321, with the project budget estimated between $50,000 and $100,000 and a site visit scheduled for February 7, 2025.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    OAKLAND ARTCC (ZOA) REPLACE CPC VAULT EMERGENCY LIGHTING SYSTEM CONTROL MODULE AND BATTERIES - Bipartisan Infrastructure Law (BIL) JCN: 24004057
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of the CPC Vault Emergency Lighting System Control Module and Batteries at the Oakland Air Route Traffic Control Center in Fremont, California. The project entails the demolition of existing components and the installation of new equipment, with a focus on ensuring compliance with safety and security regulations, including obtaining necessary permits and maintaining effective communication with FAA representatives. This initiative is critical for maintaining operational safety at air traffic facilities and is part of the Bipartisan Infrastructure Law funding efforts. Interested contractors must register in the SAM database and submit their proposals by February 28, 2025, with a project budget estimated between $25,000 and $50,000. For further inquiries, contractors can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals from small businesses for the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Control Center in California. The project, funded under the Bipartisan Infrastructure Law, requires comprehensive design-build services, including safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations, adhering to local building codes and safety regulations. This initiative is crucial for enhancing infrastructure while ensuring compliance with safety standards and operational continuity for FAA personnel. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov, with the estimated project value ranging between $100,000 and $250,000.