**BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
ID: 6973GH-24-Q-00001Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for quotes (RFQ) for a competitive construction project by the Federal Aviation Administration (FAA), specifically addressing the replacement of asphalt pavement and curbing for the Bedford Air Traffic Control Tower parking lot. The project has an estimated cost between $135,000 to $185,000, with a performance period of 45 days post-Notice to Proceed. It is a 100% set-aside for small businesses aiming to minimize competition from larger firms. The RFQ includes various mandatory attachments such as a Statement of Work, Wage Determination, and Contractor's Release Form. Additional requirements stipulate that contractors must furnish performance and payment bonds while adhering to specific labor and safety standards. The importance of compliance with affirmative action and environmental regulations is emphasized throughout the RFQ. Contractors are urged to maintain a working environment free from discrimination, with clear guidelines on achieving minority and female participation goals within their workforce. The document highlights the FAA's intent to ensure efficient, safe, and equitable execution of the project while promoting small business engagement.
    The document is a Contractor's Release form issued by the Department of Transportation, which serves as an official acknowledgment by the contractor regarding payments received and obligations discharged under a specific contract with the U.S. Government. It outlines the total amounts paid and payable to the contractor, as well as the legal implications of the release, which absolves the Government of any liability related to the contract, except for specified claims that are explicitly stated. The document details exceptions, including claims for third-party liabilities not known at the time of signing and reimbursement for patent-related costs incurred by the contractor. The contractor must notify the Contracting Officer regarding these exceptions and comply with all relevant contractual provisions. The release must be executed by the contractor and includes spaces for signatures and titles, emphasizing the need for proper corporate compliance where applicable. This form is significant in the context of federal RFPs and grants as it formalizes the conclusion of financial obligations and liability, ensuring both the contractor and the Government recognize the parameters established by the contract.
    The document is a template for submitting offeror information in response to government Requests for Proposals (RFPs), including federal and local grants. It outlines the required details that offerors need to provide, such as company name, address, point of contact, and project specifics like the Contract/Task Order number, dollar value, project status, and description of the project along with responsibilities. Each project submission must include details on the project manager or owner, emphasizing the collaborative relationship with the government entity or company involved. The document also references additional sections that outline criteria for project experience, ensuring that offerors demonstrate their qualifications and relevance for the contract. Thus, it serves as a structured approach for potential contractors to present their capabilities in a format that aligns with government standards for procurement and compliance. This is essential for maintaining accountability and ensuring qualified candidates are selected for governmental projects.
    The document outlines the requirements and conditions for a Bid Bond associated with federal procurement processes, specifically related to contracts managed by the Federal Aviation Administration (FAA). It details the responsibilities of the Principal (bidder) and Surety (guarantor) involved in the bid submission. The Bid Bond ensures that if the Principal fails to execute the contract or provide the necessary bonds upon bid acceptance, they must compensate the government for additional costs incurred in securing the work. The document specifies the format to be followed, including the need for signatures, corporate seals, and the acknowledgment of liability limits. It also establishes the conditions under which the bid bond becomes void and stipulates that any extensions granted to the Principal for bid acceptance do not impair the Surety's obligations. The document emphasizes compliance with the Paperwork Reduction Act, indicating the time burden for respondents, and provides guidance on how to submit comments regarding the information collection process. Overall, this Bid Bond document is a critical component of the federal contracting process, ensuring financial accountability and protecting government interests in contract negotiations.
    This document outlines the structure and required elements of a Performance Bond associated with U.S. government contracts, mandated by regulations including the Miller Act. It specifies that the Principal and Surety(ies) are bound to fulfill contractual obligations, including payment of taxes and compliance with contract terms, with the bond becoming void upon satisfactory performance. Guidelines for completing the bond, such as the necessity for authorized signatures and the inclusion of corporate seals, are detailed. Corporations acting as sureties must be listed on the Treasury's approved list, while individual sureties must submit additional evidence of financial capability. The document also emphasizes the importance of adhering to the authorized form and includes instructions for submitting comments regarding the Paperwork Reduction Act. Overall, the Performance Bond serves as a vital security mechanism to ensure that contractors meet their commitments in federal contracts, reinforcing accountability within government-funded projects.
    The document outlines the requirements for a Payment Bond, particularly in relation to federal contracting under the Act of August 24, 1935. It is a formal agreement binding the Principal (contractor) and Surety(ies) to ensure payment for labor and materials used in the execution of a contract. Key components include the identification of the type of organization (individual, corporation, etc.), state of incorporation, surety details, and the amount of the bond. The bond is void if the Principal fulfills payment obligations to all relevant parties. Specific instructions are included for completing the form and the necessary precautions for signing and sealing the document to maintain its validity. The document also references the Paperwork Reduction Act, including the OMB Control Number, which signifies compliance in information collection. Overall, this document is essential for securing financial protection inherent to federal grants and RFPs, ensuring that contractors meet their obligations to subcontractors and laborers, which is critical in government contracting contexts.
    The Bedford Air Traffic Control Tower (BED ATCT) project involves the comprehensive repair and resurfacing of the parking lot located at Hanscom Field, Bedford, MA. The Federal Aviation Administration outlines the contractor's responsibilities, which include the removal of existing asphalt, milling, and installing new pavement through a specified multi-layer process. Key tasks include draining and grading to ensure proper water flow, adjusting storm drain basins, replacing curbing, and undertaking significant erosion control measures. The contractor must adhere to safety and health standards, secure necessary permits, and coordinate work schedules with relevant authorities. All work should follow applicable FAA, state, and local construction codes, ensuring compliance with environmental regulations. In addition, site personnel must gain proper access credentials due to security at the air force base. The project seeks to enhance the functional integrity of the facility while maintaining operational safety standards.
    The Federal Aviation Administration (FAA) provides guidelines for reporting under the Bipartisan Infrastructure Law (BIL). The report comprises five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Contractors must supply comprehensive details, including contact information, socio-economic status, contract identifiers, obligated amounts, job control numbers (JCNs), project locations, dollar values for each JCN, and specifics on non-domestic products or technology utilized. Additional tabs require information on energy-saving initiatives and subcontracting expenditures segmented by socio-economic categories, regardless of applicable JCNs. Finally, contractors are tasked with detailing the number of jobs created, expressed in full-time equivalents, for both themselves and first-tier subcontractors. This structured reporting framework emphasizes accountability and compliance with federal guidelines, ensuring transparency in project execution and governmental oversight of funded projects.
    The document is a General Wage Determination for building construction projects in Massachusetts, particularly for contracts subject to the Davis-Bacon Act. It outlines the minimum wage requirements for various worker classifications across multiple counties, including Barnstable, Bristol, Dukes, and others. Executive Orders 14026 and 13658 establish wage rates based on contract dates, dictating that workers must earn at least $17.20 per hour or higher if specified, with adjustments possible for prevailing wage conditions. The document lists detailed wage rates, classifications of workers, and fringe benefits for trades such as insulators, electricians, and laborers. Each classification includes geographic zones, ensuring that wages are competitive and equitable based on local market conditions. Additionally, provisions are made for worker protections, including paid sick leave under EO 13706, enhancing workplace rights. The document serves as a critical resource for contractors and compliance officers when bidding on or executing government-funded projects, ensuring adherence to labor standards and fair compensation practices. Overall, it emphasizes the regulation of wages in public construction, promoting fair labor practices in the state.
    Similar Opportunities
    BVY ATCT Roof and HVAC Unit Replacement
    Active
    Transportation, Department Of
    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.
    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.
    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.
    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.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and management to complete the work in accordance with the attached Statement of Work and federal regulations. This opportunity is set aside exclusively for small businesses, with a budget range between $25,000 and $50,000, emphasizing the importance of enhancing infrastructure for air traffic safety. Proposals are due by email by October 21, 2024, at 2 PM CST, and interested parties should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further information and to RSVP for a site visit scheduled for October 8, 2024.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a Total Small Business Set-Aside, requires the contractor to provide comprehensive landscaping services, including routine lawn care and maintenance across multiple FAA facilities, with a performance period starting December 1, 2024, and extending through November 30, 2029, covering one base year and four option years. This procurement is crucial for maintaining the operational integrity and aesthetic standards of FAA facilities, with an estimated total contract value between $250,000 and $300,000 over the five-year period. Interested parties should direct inquiries to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    Pavement Repair Blanket Purchase Agreement, Cape Cod Canal, Buzzards Bay, MA
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified small businesses to enter into a Blanket Purchase Agreement (BPA) for pavement repair services at various locations along the Cape Cod Canal in Buzzards Bay, Massachusetts. The scope of work includes the removal and installation of pavement, subgrade and subbase repairs, welding, replacement of pavement markings, and traffic control measures. This procurement is crucial for maintaining the infrastructure of the canal, which supports both transportation and recreational activities in the area. Interested vendors must have an active registration in SAM.gov and are encouraged to prepare for the solicitation, which will be available online around October 16, 2024, with a total BPA limit of $250,000 and individual calls not exceeding $25,000. For further inquiries, vendors can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    FY25 AIRFIELD PAVEMENT PREVENTATIVE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. The project involves comprehensive maintenance activities, including spall repair, crack sealing, and reseeding disturbed areas, with a total period of performance of 365 days from the Notice to Proceed. This maintenance is crucial for ensuring the operational readiness and safety of airfield operations, requiring strict adherence to Department of Defense and Air Force regulations, as well as coordination with Security Forces. Interested parties should contact Carl Zahn at carl.zahn.3@us.af.mil or 302-677-5027, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545 for further details.
    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.