Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
ID: 6973GH-26-R-00039Type: Solicitation
Overview

Buyer

DEPARTMENT OF TRANSPORTATIONFEDERAL 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 Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment A0001 modifies solicitation 6973GH-26-R-00039, issued by the FAA Aeronautical Center, effective November 18, 2025. This amendment adds Attachment 9, titled "Addendum 1," dated December 9, 2025, which consists of two pages. Additionally, it revises Section J, "List of Documents, Exhibits and Other Attachments," by updating the attachment list. All other terms and conditions of the original solicitation remain unchanged. This modification details the updated attachment list, including the Statement of Work, various bonds, experience forms, and drawings related to ZID ARTCC Door and Hardware Replacements.
    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.
    Addendum #1 to SIR 6973GH-26-R-00039 clarifies key aspects for contractors regarding door and access control system replacements. Existing door frames can remain if structurally sound. New sliding door motors and access control systems must be compatible with existing setups, with no electrical modifications expected. Contractors are responsible for resolving installation issues if the access control system malfunctions after hardware replacement. All door faces must be finish painted. The FAA's submittal review timeline is five business days. Contractors can access the site for verification with 24-hour notice. FAA escorts will be provided as needed. Wage Determination IN20250002 (09/19/2025) applies to covered positions. Extended evening hours are considered case-by-case, while weekend hours for escort are unavailable. Specific hardware requirements for Door 1A are detailed, including an LCN 9550 opener, BEA 10MS41-DA push button, Von Duprin 9847-F exit device, and a Best seven-pin mortise type cylinder.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Loading similar opportunities...