BVY ATCT Roof and HVAC Unit Replacement
ID: 6973GH-24-R-00215Type: 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
    Description

    The Federal Aviation Administration (FAA) is seeking contractors for the BVY ATCT Roof and HVAC Unit Replacement project located in Beverly, Massachusetts. The procurement involves the application of elastomeric roofing, replacement of HVAC units, and installation of electric unit heaters at the Beverly Air Traffic Control Tower, with a contract value estimated between $250,000 and $500,000. This project is critical for maintaining the operational integrity and safety of air traffic control facilities, reflecting the FAA's commitment to infrastructure improvement funded by the Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a government solicitation related to the BVY ATCT Roof and HVAC Unit Replacement project. The primary purpose of Amendment 0001 is to extend the Period of Performance from 30 to 60 days following the Notice to Proceed (NTP), and to incorporate updated design drawings for the project. It specifies that the contractor is responsible for all necessary labor, materials, and equipment to complete the work, which includes replacing HVAC units and applying a protective elastomeric roofing coat. Key amendments include changes to the schedule and terms under which work must commence and be completed, stipulating that the contractor must begin within 7 calendar days of receiving the NTP and complete the work diligently within the newly established timeframe. Additional administrative details and clauses relevant to the contract modifications are included, alongside a revised list of necessary attachments and documentation. Overall, this amendment serves to clarify the terms and conditions of the contract while emphasizing the government's commitment to addressing service needs for infrastructure improvement in alignment with federal regulations and standards.
    The document outlines the structure and requirements of a Bid Bond associated with federal contracting, specifically for the Federal Aviation Administration (FAA). It states that the Bid Bond must be executed no later than the bid opening date and includes details such as the Principal’s name, type of organization, Surety’s name, and the penal sum of the bond. The purpose of the bond is to guarantee that the Principal will execute the contract if their bid is accepted and will compensate the government for any additional costs incurred if the Principal defaults. The document also details conditions under which the bond becomes void and stipulates that Sureties are not relieved of their obligations by any extensions granted to the bid acceptance period, as long as they remain within sixty calendar days. This Bid Bond is a crucial component of the bidding process, ensuring that the obligations outlined in government RFPs are met while protecting the interests of the United States government.
    This document pertains to various federal and state/local Requests for Proposals (RFPs) and federal grants, highlighting the government's processes for soliciting bids and funding support for projects. It outlines the mechanisms involved in obtaining federal assistance, including eligibility criteria, application procedures, and compliance requirements. The aim is to provide potential applicants with a clear understanding of how to access federal resources designed to support public-sector initiatives and enhance community services. The document emphasizes the importance of following guidelines, fulfilling deadlines, and preparing thorough proposals to ensure that submissions meet federal and state requirements. It encourages collaboration among local agencies, nonprofits, and other stakeholders to maximize funding opportunities and project impact. Furthermore, it discusses the significance of demonstrating accountability and effective use of funds in submitted proposals. Overall, this file serves as a comprehensive resource for entities seeking to engage with government funding sources effectively.
    The document consists of multiple digital signatures from HENRY B. NEWCOMB, SHREY B. PATEL, and CHRISTIAN J. O'CONNOR, dated between January 30 and January 31, 2024. It indicates a series of electronic confirmations, highlighting the collaborative nature of the work being executed by these individuals. While specific details about the context of this collaboration, including the type of RFP or grant involved, are not provided, the signing pattern suggests procedural activity likely related to responses to federal or state/local RFPs, possibly indicating progress or completion of necessary formalities. The frequent timestamps denote consecutive tasks or approvals, emphasizing the urgency or importance of the associated project. This collaborative digital documentation is typical of government contracting processes where accountability and transparency are mandated.
    The document is an Organizational Experience Questionnaire (OEQ) related to the project titled "BVY ATCT Roof and Replace HVAC Units" under solicitation number 6973GH-24-R-00215. It is designed for contractors to provide detailed information regarding their past experiences and capabilities relevant to the project. Contractors are required to fill out key sections, which include their name and address, details of associated contracts such as task order or purchase order numbers, the total dollar value, and the current status of those contracts. The form also asks for information about the project title, location, contractor's specific responsibilities, and contact information for the project owner or manager. This OEQ serves as part of the evaluation process in the context of government requests for proposals (RFPs), aimed at ensuring that selected contractors possess the necessary experience and qualifications for successful project execution. Adhering to these requirements is crucial for compliance and transparency in government contracting processes.
    The document pertains to the Payment Bond required for federal contracts under the Act of August 24, 1935. This bond ensures payment to individuals and subcontractors providing labor and materials for the specified construction, supplies, or services. It outlines the principal's obligation to the United States government and details the roles of sureties. The sureties, which could be corporations or individuals, are jointly and severally bound to the penal sum specified in the bond. The conditions state that the bond becomes void if the principal makes timely payments to all involved in the contract. Further instructions emphasize the need for proper identification and signatures from the principal and sureties, including the requirement for corporate seals where applicable. The document also includes a Paperwork Reduction Act statement, indicating the estimated reporting burden associated with the information collection. Overall, this form serves to protect labor and material suppliers and ensure compliance in federal contract executions.
    The document outlines the structure and requirements for a Performance Bond associated with government contracts. It necessitates that both the Principal (contractor) and the Surety (guarantor) be jointly and severally liable for fulfilling the terms of the contract. The bond guarantees that the Principal will complete the contract and pay applicable government taxes. Key components include the need for the Principal's legal identification, the designation of the type of organization, and the Surety's compliance with the Department of the Treasury’s guidelines. The obligations of the Principal to perform contractual duties and pay taxes are stated clearly, with a provision for waiving notice on contract modifications to Surety(ies). Instructions on how to fill out the bond form are included, emphasizing that any deviations require written approval. The document serves as a critical requirement for federal and state-level contracting processes, ensuring that obligations are met and financial protections are in place for the government, thereby maintaining the integrity and accountability of contractors within public projects. This Performance Bond is essential in the context of federal grants and RFPs, as it provides a safeguard against default and ensures compliance with legal and regulatory standards.
    The document is a solicitation for construction services related to the replacement of the roof and HVAC units at the Beverly MA Air Traffic Control (ATCT) facility, issued by the FAA Aeronautical Center. The contract value is estimated between $250,000 and $500,000, requiring sealed bids from prospective contractors by a specified deadline. Key details include the necessity for performance and payment bonds and a scheduled site visit for bidders. The contractor must complete work within 30 days after receiving the notice to proceed and is responsible for securing all required permits. The scope of work includes the application of an elastomeric coating to the roof and installation of new HVAC units and electric unit heaters, emphasizing adherence to specifications. The document also outlines various clauses governing contracting procedures, payment terms, and compliance requirements. This solicitation underscores the government's initiative to maintain infrastructure standards and effectively manage public assets through competitive bidding processes, aimed at enhancing operational efficiency and safety in air traffic control facilities.
    The document outlines a Request for Proposal (RFP) for the replacement of Heating, Ventilating, and Air Conditioning (HVAC) systems at the Beverly, MA Air Traffic Control Tower (ATCT). The project involves the complete replacement of rooftop units, package terminal air conditioners, and electric unit heaters, alongside roof rehabilitation with elastomeric coatings. Central to the RFP is the need for contractors to ensure operational continuity at the ATCT during renovations due to safety concerns regarding aircraft operations. Key tasks include demolishing existing units, installing new equipment, repairing roofing, and maintaining constant heating and cooling throughout the construction period. Safety, compliance with federal regulations, and coordination with FAA personnel are emphasized, particularly during night work to minimize disruptions to air traffic control. The RFP mandates specific material and equipment submissions, site visits, safety plans, and quality assurance measures. A thorough warranty on materials and workmanship is required, alongside extensive testing and balancing of the newly installed systems to ensure optimal performance and adherence to safety standards. This project reflects the FAA's commitment to maintaining infrastructure critical to national airspace safety while ensuring strict regulatory compliance.
    The Federal Aviation Administration (FAA) provides detailed instructions for completing the Uniform Bipartisan Infrastructure Law (BIL) Data Report, which comprises five key tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab requires specific information about contractors, including contact details, business socio-economic status, total obligations, project locations, and dollar values. It emphasizes the identification and documentation of non-domestic products/technologies and energy-saving initiatives associated with the contract, as well as subcontracting financial allocations categorized by socio-economic status. The report aims to foster transparency and accountability in the use of federal funds under the BIL, ensuring compliance with requirements such as the Buy American Act and energy efficiency standards. Each section is designed to capture critical data about job creation and the environmental impact of contracted projects, supporting broader federal goals of economic development and sustainability. Ultimately, the instructions guide contractors in submitting comprehensive and accurate reports to the FAA, reinforcing the importance of meticulous documentation in federal contracting processes.
    The document outlines the General Decision Number MA20240001 for wage determinations related to building construction projects in several Massachusetts counties, pertinent to contracts subject to the Davis-Bacon Act. It establishes minimum wage requirements based on Executive Orders 14026 and 13658, specifying rates for various labor classifications across different zones within the identified counties. For contracts initiated after January 30, 2022, workers must be paid at least $17.20 per hour, adjusting annually, while those awarded before that date must adhere to a minimum of $12.90. The document lists detailed prevailing wage rates and classifications, including specific roles like electricians, plumbers, and laborers, alongside corresponding fringe benefits. Additionally, it mentions workers' rights regarding paid sick leave under Executive Order 13706 and outlines the appeals process for wage determinations. This document serves as essential guidance for contractors and government entities to ensure compliance with current wage laws and labor standards within federally funded construction initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, MA
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the Upgraded HVAC and Fire Life Safety Project at the Air Traffic Control Tower (ATCT) in Portland, Maine. This project involves the replacement and upgrade of various HVAC components, including chillers, boilers, and air handling units, as well as enhancements to the fire life safety systems, ensuring minimal disruption to airport operations during construction. The selected contractor will be responsible for adhering to strict safety protocols and completing the project within a firm fixed-price contract estimated between $2 million and $4 million. Interested small businesses must submit their proposals by the specified deadline and can contact Ms. Joni Haynes at joni.l.haynes@faa.gov for further information.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement project at the Chattanooga Air Traffic Control Tower in Tennessee. The project involves the replacement of the roof and optimization of the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system to enhance the facility's resilience against severe weather, ensuring compliance with FAA standards. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated contract value between $100,000 and $250,000, and proposals are due by October 17, 2024. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details and must acknowledge the recent amendment regarding the site visit, now scheduled for October 2, 2024.
    HVAC Replacement Project located at Montgomery Base Building, Montgomery Regional Airport, Montgomery, AL
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the HVAC Replacement Project at the Montgomery Base Building, located at Montgomery Regional Airport in Montgomery, Alabama. The project involves the removal and replacement of existing rooftop units (RTUs) and related upgrades to ensure compatibility with current HVAC systems, requiring contractors to provide all necessary labor, materials, and supervision while adhering to FAA specifications. This initiative is crucial for maintaining operational integrity at FAA facilities and enhancing environmental conditions through upgraded mechanical systems. Interested vendors must submit their capability statements by October 15, 2024, to Regina Singleton at regina.singleton@faa.gov, with the formal Request for Proposals anticipated to be issued in October 2024.
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. This project, which is anticipated to be funded by the Bipartisan Infrastructure Law, involves approximately 10,300 square yards of asphalt rehabilitation, pressure washing of hardscape surfaces, and installation of new materials, with a performance period of 90 days post-notice to proceed. The estimated contract value ranges from $500,000 to $1,000,000, and all interested contractors must submit their proposals by the extended deadline of October 18, 2024, while ensuring compliance with federal regulations and reporting requirements. For further inquiries, contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Air Traffic Control Tower (GNV ATCT) in Gainesville, Florida. The project aims to enhance site accessibility and functionality, including the installation of new infrastructure such as a gravel base, asphalt pavement, concrete sidewalks, and a loading dock, while ensuring compliance with federal standards and safety protocols. This initiative is funded by the Bipartisan Infrastructure Law (BIL), with an anticipated contract value between $250,000 and $500,000, and requires contractors to submit proposals by the specified deadline following a site visit scheduled for October 2, 2024. Interested parties can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    BIL FUNDED - Fire Alarm Retrofit Project
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified vendors for the BIL FUNDED - Fire Alarm Retrofit Project at the Philadelphia International Airport's Air Traffic Control Tower (PHL ATCT/TRACON) in Pennsylvania. The project involves removing the existing fire alarm system hardware and replacing it with new Siemens fire alarm system hardware, including a Fire Alarm Control Unit and all necessary alarm initiating devices, to enhance safety and compliance. This procurement is crucial for maintaining operational safety standards at the airport, with an estimated construction value between $100,000 and $250,000 and a performance period of 45 calendar days. Interested vendors must submit their capability statements and past performance information by October 9, 2024, to Amber Jones at amber.n.jones@faa.gov and Linda Hennequant at linda.hennequant@faa.gov.
    SEEKING SOURCES FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the demolition and construction of communication towers located in Fredericksburg, Texas (T82) and Plainview, Texas (PVW). The procurement aims to replace outdated communication infrastructure with new towers that meet modern safety and service standards, ensuring compliance with FAA regulations and various safety codes. This project is critical for enhancing the telecommunications capabilities essential for federal operations, with an emphasis on high-quality materials and adherence to engineering principles. Interested vendors must submit their statements of interest, including company capabilities and project-specific information, by 4:00 p.m. Central Time on October 11, 2024, to Josh Huckeby at joshua.d.huckeby@faa.gov.
    Amendment 0003: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and associated equipment, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal regulations and safety standards in a critical operational environment. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    Guam (ZUA) Airport Traffic control Tower Cab Replacement
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking proposals from qualified architect-engineering firms for the replacement of the Air Traffic Control Tower (ATCT) Cab at Antonio B. Won Pat International Airport in Guam. The project involves designing and preparing bid documents for a new cab structure to address significant deterioration of the existing cab, which has suffered from severe corrosion and structural issues due to environmental conditions since the FAA took control in 1995. This initiative is critical for maintaining safety and operational effectiveness in air traffic management infrastructure, ensuring compliance with current safety codes and standards. Interested vendors must submit their proposals by January 22, 2025, and are encouraged to attend site visits scheduled for October 30 and 31, 2024; all inquiries should be directed to Katherine Fogle at katherine.fogle@faa.gov.