*IIJA* ZTL Abate Rust, Remove Louvers and Infill
ID: 2500654Type: 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 AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 10:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "IIJA ZTL Abate Rust, Remove Louvers and Infill" at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement on adjacent brick walls, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is crucial for maintaining the integrity and safety of the facility, with a contract value anticipated between $50,000 and $100,000. Interested contractors must submit their proposals by April 4, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 3:04 AM UTC
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.
Mar 12, 2025, 3:04 AM UTC
This document serves as an amendment to solicitation No. 6973GH-25-R-00078, issued by the FAA Aeronautical Center. The primary purpose of Amendment 0001 is to update several key aspects of the solicitation, including a change of the buyer from Joel Scott to Samantha Pearce, and extending the offer due date to March 14, 2025, at 5:00 PM CT. Additionally, the period of performance after the issuance of the Notice to Proceed has been altered from 30 to 15 days, and the AMS Clause 3.3.2-1 regarding FAA cost principles has been removed. The contractor is required to supply all labor, materials, and equipment for corrosion control work as specified in the statement of work. The contract also highlights the expectation of a single award to the lowest responsible offeror and emphasizes the need for site visits and clear communication with potential bidders. It stipulates that detailed project experience must be submitted by the offeror and clarifies that adherence to terms and conditions is essential. Overall, the document outlines essential modifications aimed at streamlining the bidding process while retaining critical project details and obligations.
Mar 12, 2025, 3:04 AM UTC
The document is an amendment to a solicitation for the FAA concerning contract solicitation No. 6973GH-25-R-00078. The primary purpose of this amendment is to extend the submission deadline for proposals from March 14, 2025, to April 4, 2025, while all other terms and conditions of the solicitation remain unchanged. The document outlines necessary steps for contractors to acknowledge the amendment, emphasizing the requirement for written questions regarding the project to be submitted by a specified date for appropriate response facilitation. Additionally, it details the necessary representations and certifications required from offerors and emphasizes that price analysis will be based on adequate price competition, potentially reducing the burden of submitting extensive cost data. Offerors are instructed to prepare their proposals with specific documentation of prior experience relevant to the project scope. This amendment maintains the formalities of government procurement processes, emphasizing transparency, competition, and compliance with outlined regulations, ultimately aiming for the award of a contract to the lowest responsible offeror.
Mar 12, 2025, 3:04 AM UTC
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.
Mar 12, 2025, 3:04 AM UTC
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.
Mar 12, 2025, 3:04 AM UTC
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
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. The project requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, responsive offeror. Interested parties must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to replace flooring in various areas of the Houston ARTCC, including the boiler room, chiller room, and ESU offices. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a focus on compliance with federal and state regulations regarding hazardous materials. The total budget for this project is estimated between $50,000 and $100,000, with a contract expected to be awarded to the lowest priced, responsible offeror by April 11, 2025. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including a completed Experience Information Form, by the specified deadline to Nina Musser at nina.j.musser@faa.gov.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the George Bush Intercontinental Airport in Houston, Texas. The project aims to ensure the maintenance and safety of critical aviation infrastructure, particularly addressing lead-based paint concerns identified in prior assessments. The total project value is estimated between $350,000 and $450,000, with a firm fixed price contract anticipated to be awarded to the lowest responsive bidder by April 15, 2025. Interested contractors must attend a mandatory site visit on April 3, 2025, and submit any questions by April 9, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Safety and Security Window Film Installation at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of safety and security window films at the Farmington, NY Air Traffic Control Facility. The project involves applying window films to eighteen storefront windows and three doors, ensuring compliance with safety regulations and enhancing security while minimizing disruption to ongoing air traffic control operations. This initiative reflects the FAA's commitment to improving security measures at critical infrastructure sites, with an estimated project cost between $10,000 and $30,000. Interested contractors must submit their proposals by April 15, 2025, and can direct inquiries to Chase Bartlett at chase.r-ctr.Bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
(IIJA) SIR The Federal Aviation Administration (FAA) has a requirement for Replacement of Flow Control Valves at the FAA Potomac Consolidated TRACON in Warrenton, VA 20187.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. The project involves the replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, while adhering to safety protocols and minimizing disruption to air traffic control services. This initiative is part of the FAA's commitment to maintaining operational integrity and enhancing the efficiency of its air traffic control infrastructure. Proposals are due by April 22, 2025, with a site visit scheduled for April 8, 2025, and all inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
MARKET SURVEY FOR THE BARB GAP REPEATER USFS TOWER REMEDIATION
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the remediation of the Barb Gap communication tower, which is essential for U.S. Forest Service (USFS) operations. The project aims to implement various remediation measures, including guy system tensioning, structural repairs, and grounding installations, to enhance the safety and functionality of the tower while adhering to FAA standards and relevant regulations. This initiative underscores the federal government's commitment to maintaining critical infrastructure that supports forest management and public safety. Interested vendors must submit their responses, including a capability statement and rough order of magnitude, by 4:00 p.m. Central Time on April 7, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking all documents as proprietary as necessary.