ZID ARTCC Door and Hardware Replacements-Indianapolis
ID: 6973GH-26-R-00039Type: Solicitation
Overview

Buyer

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

NAICS

Finish Carpentry Contractors (238350)

PSC

CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS (Y1BA)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (6973GH-26-R-00039) is a Small Business Set-Aside for ZID ARTCC Door and Hardware Replacements, funded by the Infrastructure Investment and Jobs Act (IIJA) with JCN: 24004987. The estimated value is $100,000 - $175,000. Key dates include a site visit on November 25, 2025, questions due by December 11, 2025, and proposals due by December 18, 2025. The contractor must provide all necessary equipment, materials, labor, and supervision, adhering to the Statement of Work and specifications. Performance and payment bonds (100% of contract price) are required within 10 days of award, with work commencing within 10 calendar days of notice to proceed and completing within 30 calendar days. The document details various clauses covering inspections, contract administration, electronic commerce, hazardous materials (including asbestos), personnel supervision, and financial requirements like progress payments and SAM registration. It also outlines requirements for certified cost or pricing data and property protection.
    The Federal Aviation Administration (FAA) is seeking a contractor for the ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project involves replacing and installing doors and hardware, including accessibility and security features, at five openings. The scope includes removing and replacing existing doors at control room entrances, attaching new hardware, ensuring proper alignment, applying weatherstripping, painting, cleaning, testing, and providing a one-year warranty. The front entrance (door 2A) requires an interior sliding door motor replacement, and door 2D needs a new threshold. The contractor must submit and receive approval for all submittals, including subcontractor information and project timeline. Security regulations require FAA escorts for unbadged personnel, and all personnel must have a Real ID. Work hours are Monday-Friday, 7:00 AM-5:00 PM, with a 30-calendar-day duration after the Notice to Proceed. The project also details specifications for hollow metal doors and frames, aluminum-framed entrances, and automatic entrances, emphasizing performance, structural integrity, and safety compliance.
    The provided document outlines the requirements for a federal Performance Bond, a crucial component in government contracts. This bond legally binds a Principal (contractor) and Surety(ies) to the United States Government, ensuring the contractor fulfills all contractual obligations, including extensions and modifications, and pays all applicable federal taxes as per the Miller Act. The document details the structure of the bond, including spaces for Principal and Surety information, the penal sum, contract details, and conditions for the bond to be void. It also provides comprehensive instructions for completing the form, specifying requirements for corporate and individual sureties, the necessity of seals, and appropriate signing procedures. The form emphasizes adherence to government contract regulations and highlights the estimated public reporting burden under the Paperwork Reduction Act.
    The document is a Payment Bond form (FAA 4400-61) used in federal government contracts, specifically for the protection of individuals supplying labor and materials. It outlines the obligations of the Principal (contractor) and Surety(ies) to the United States Government, ensuring payment to subcontractors and suppliers. The form requires details such as the type of organization, state of incorporation, penal sum of the bond, bid identification, and signatures of the Principal and Sureties. It provides instructions for proper execution, including requirements for corporate and individual sureties, and emphasizes compliance with the Act of August 24, 1935 (40 USC 270a-270e). The document also includes information regarding the Paperwork Reduction Act, estimating the public reporting burden and providing contact information for comments.
    This document, identified as Attachment 4 for SIR: 6973GH-26-R-00012, is an
    The U.S. Department of Labor's Wage and Hour Division provides Form WH-347, an optional payroll form for contractors and subcontractors on federally financed or assisted construction contracts. While optional for submission, the collection of information itself is mandatory under 29 C.F.R. §§ 3.3, 5.5(a) and the Copeland Act (40 U.S.C. § 3145). This form ensures compliance with prevailing wage rates, requiring weekly statements of wages paid to each employee and a
    The Department of Transportation's Contractor's Release form (DOT F 4220.4) is a legal document used to release the U.S. Government from all liabilities and claims under a specified contract, in consideration of a stated payment to the contractor. This release form outlines specific exceptions where claims are not discharged. These exceptions include specified claims with stated or estimated amounts, claims by the contractor for liabilities to third parties not known at the time of release but reported within the contract's specified period, and claims for reimbursement of patent-related costs. The contractor agrees to comply with all contract provisions regarding patent matters and unreleased claims, including notification and litigation defense. The document includes sections for contractor signatures, witnesses, and, in the case of a corporation, a statement verifying the signatory's authority and corporate powers.
    The document appears to be a highly technical government file, likely related to an RFP or grant, containing extensive alphanumeric codes, symbols, and what seems to be a list of specifications or parameters. The repeated patterns and structured layout suggest it outlines requirements for a complex system or project, potentially involving various components and their interconnections. While the specific nature of the system is unclear due to the abstract representation, the consistent formatting and repetitive sequences indicate a detailed breakdown of technical aspects, possibly for hardware, software, or infrastructure. The document emphasizes adherence to defined standards, with multiple sections detailing different sets of codes and specifications. It likely serves as a foundational document for a technical bid or project execution, requiring precise interpretation of its coded language to understand the full scope of work or deliverables.
    The provided file is empty and contains no information. Therefore, a summary cannot be generated as there is no content to analyze or extract key details from. The absence of text prevents the identification of a main topic, key ideas, supporting details, or document structure, which are all necessary components for creating a comprehensive summary of a government file.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ZDV CTRB Raised Floor
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    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.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    FAA V-PAR Construction
    Buyer not available
    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.
    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.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 583-24-525, involves the demolition and replacement of corroded fire sprinkler and standpipe piping, with an estimated construction cost between $250,000 and $500,000. The work is critical for ensuring compliance with current NFPA standards and maintaining safety within the facility, which operates 24/7. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids via email by January 6, 2026, at 10:00 AM EST, following a mandatory pre-bid site visit rescheduled for December 4, 2025. For further inquiries, contractors can contact Stacie I. Hill, Contract Specialist, at Stacie.Hill@va.gov.
    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.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Door, Access, Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft access doors, specifically the Door, Access, Aircraft (NSN: 1560-01-008-5440). The contract will involve the supply of a total line-item quantity of 49 units, with a minimum order of 25 and a maximum of 75 units, along with additional line items for other related components. These doors are critical for providing access during maintenance and ensuring a smooth surface during flight, with specifications indicating they are made of aluminum and steel. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP) is December 12, 2025, with a closing date of January 12, 2026. For inquiries, potential bidders can contact James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.