(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.
ID: 6973GH-25-R-00119Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 10:04 PM UTC
The document outlines a solicitation for a construction project under the Infrastructure Investment and Jobs Act (IIJA), specifically aimed at replacing chiller valves at the FAA Aeronautical Center in Oklahoma City, with an estimated value between $475,000 and $550,000. This project is designated as a Small Business Set-Aside, encouraging participation from smaller firms. A site visit is planned for April 8, 2025, and all inquiries must be submitted by April 15, 2025. Proposals are due by April 22, 2025. Key requirements include the submission of a performance bond, payment bond, and a detailed organizational experience questionnaire demonstrating prior relevant work. The contractor must begin work within 10 days post-award and complete the project within 45 days after the notice to proceed. Safety protocols must be followed, particularly concerning any hazardous materials, and compliance with governmental regulations is emphasized. The solicitation also incorporates provisions regarding payments, reporting, and specific clauses related to the performance of the contract, ensuring adherence to federal guidelines throughout the project's lifecycle. This RFP aims to enhance infrastructure while adhering to outlined regulatory standards and supporting small business engagement.
Mar 26, 2025, 10:04 PM UTC
The document outlines the replacement of flow control valves for the chilled and condenser water systems at the Federal Aviation Administration (FAA) Potomac Consolidated TRACON facility in Warrenton, VA. It specifies the project's requirements including the replacement of 24 valves, associated actuators and positioners, and the reconnection of control wiring and piping. Key components include the removal and replacement of insulation and electric heat trace where necessary, conducting work during off-peak hours to avoid disrupting air traffic control services, and a pre-bid site visit is highly encouraged for potential contractors. The comprehensive document also details technical specifications, project coordination requirements, safety protocols, and environmental considerations. It emphasizes adherence to federal and state safety laws, the provision of safe working conditions, and the necessity of detailed approvals and planning for the valve replacement operations. This project reflects the FAA's commitment to maintaining operational integrity while upgrading essential mechanical systems to ensure safety and efficiency within its air traffic control infrastructure.
Mar 26, 2025, 10:04 PM UTC
The document outlines the structure and requirements for a Performance Bond in connection with government contracts. It establishes the obligations of the Principal and Surety, binding them to the United States Government for a specified penal sum. The bond is conditional upon the Principal fulfilling contractual commitments, including any authorized modifications and payment of applicable taxes under the Miller Act. Proper execution requires the identification of the Principal, Corporate Sureties, and adherence to Department of Treasury regulations. The bond instructions emphasize the necessity of authorized signatures and seals from all parties involved, ensuring the financial capability of individual or corporate sureties. This document serves as part of the compliance framework for federal grants and Requests for Proposals (RFPs), ensuring contractors fulfill their obligations. Through detailed instructions on execution and requirements, it addresses regulatory compliance essential for government contracting.
Mar 26, 2025, 10:04 PM UTC
The document outlines the requirements and procedures for a payment bond necessary for federal contracts, specifically related to labor and materials in construction. It includes the legal framework for the bond, detailing who is obligated under this bond, which typically involves the Principal (contractor) and Surety(ies) (guarantors). To ensure payment to subcontractors and suppliers, the Principal must fulfill their payment responsibilities, with the bond becoming void if they do. The document specifies the information needed when submitting the bond, such as the name and address of the Principal and any Surety, along with a liability limit. Sureties must be approved by the Department of the Treasury, and certain forms must accompany individual Sureties. It also addresses the compliance requirements under the Paperwork Reduction Act, stating that respondents are not obligated to comply without a valid OMB Control Number. The estimated time to complete the bond submission is approximately 25 minutes. This payment bond is a critical instrument for protecting suppliers and ensuring compliance with federal procurement regulations.
The document outlines the structure and requirements for submitting an offer in response to a federal Request for Proposal (RFP), specifically SIR: 6973GH-24-R-00119. It details the necessary information that the offeror must provide, including company details, project title and location, contract values, project status, and descriptions of previous project experiences. Each project section emphasizes the importance of listing the offeror's role and responsibilities, as well as the contact information for the project's owner or manager. The form is designed to facilitate a comprehensive evaluation of offerors' capabilities and experience relevant to the proposed federal grants and RFPs. This documentation allows for standardized submission and comparison among potential contractors, aiming to enhance transparency and efficiency in the procurement process and ensure compliance with federal regulations. Overall, the form serves as a critical component for securing government contracts by evidencing professional qualifications and project readiness.
Mar 26, 2025, 10:04 PM UTC
The document outlines the requirements for contractors and subcontractors under the U.S. Department of Labor's Wage and Hour Division regarding payroll submissions for federally financed or assisted construction projects. It specifies that while using Form WH-347 is optional for contractors, it is mandatory for those covered under specific federal regulations to submit payroll information weekly to ensure compliance with wage and labor laws, particularly the Davis-Bacon Act. The form collects details about employee wages, hours worked, and deductions, alongside a signed "Statement of Compliance" certifying that correct wages have been paid. The document emphasizes the importance of accurate reporting to maintain legal wage standards. It also includes a public burden statement estimating that the completion of the form will take an average of 55 minutes. The act of falsely reporting information can result in civil or criminal prosecution. The guidelines ensure that contractors fulfill their obligations and protect workers' rights on federally funded projects.
The document is a Contractor's Release form issued by the Department of Transportation. Its primary purpose is to release the U.S. Government from any liabilities related to a specific contract upon payment for work completed. The contractor acknowledges the specified total amount paid or payable and agrees to release the Government from all claims, except for particular claims explicitly detailed, such as those based on unknown liabilities to third parties or those involving patent reimbursements. The structure includes sections for the contractor's name and address, contract number, payment amount, exceptions to the release, and a signature section for the contractor and witnesses. It emphasizes the obligations of the contractor to notify the contracting officer of any non-released claims and comply with contract provisions, especially concerning patents. This form is a critical part of the contract's conclusion, ensuring both parties are clear about their remaining responsibilities and liabilities. As part of federal contracting processes, it safeguards against future disputes by formalizing the release of claims post-payment.
Mar 26, 2025, 10:04 PM UTC
The document outlines the registration process for a mandatory site visit related to a federal project, emphasizing the importance of pre-registration and adherence to set guidelines. Interested parties must finalize their registration by April 4, 2024, by emailing the designated contacts with company details and attendee names. The sole site visit is scheduled for April 8, 2025, at a specified location in Warrenton, VA, from 9:00 AM to 10:00 AM EDT. Participants are instructed to meet at the guard shack for check-in. Additionally, it is made clear that no extra site visits will be accommodated, and any project-related questions must be directed solely to the Contracting Officer via email, with no inquiries permitted during the site visit itself. This document underscores the structured approach taken by the FAA in managing the site visit process, ensuring compliance and facilitating communication among stakeholders involved in the project.
Mar 26, 2025, 10:04 PM UTC
The provided document appears to be a government file containing data primarily related to federal and state grants, requests for proposals (RFPs), and local RFPs. However, the file is heavily corrupted and lacks coherent structure, making it challenging to extract specific information or themes. Nonetheless, it is presumed that the document would typically discuss the objectives, eligibility criteria, application processes, and funding guidelines associated with government financial opportunities. Such documents generally aim to outline procedural frameworks for organizations seeking government support to fulfill various community or development projects. Given the context, the document likely emphasizes compliance with federal regulations and procedures for applicants and responders while focusing on facilitating economic development, public health initiatives, or infrastructure improvements.
Similar Opportunities
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 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. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical components, with an estimated project cost between $750,000 and $1 million. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of air traffic control services, ensuring compliance with federal regulations throughout the project lifecycle. Interested parties must submit their offers by April 23, 2025, and are encouraged to attend a site visit on April 2, 2025; for inquiries, contact Cindi Tjelde at cindi.tjelde@faa.gov or 206-231-3026.
ZAU – Chicago Center - Vent Piping Repair
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZAU – Chicago Center Vent Piping Repair project located in Aurora, Illinois. The project involves replacing rotted vent pipes in the men's restrooms at the Air Route Traffic Control Center, addressing issues related to foul odors caused by sewage gases, and ensuring compliance with safety regulations during the construction process. This procurement is crucial for maintaining operational health and safety standards within federal facilities, with an estimated contract value of less than $50,000. Interested contractors must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit on April 16, 2025, to better understand the project requirements. For further inquiries, contact Amber Jones at Amber.N.Jones@faa.gov or Linda Hennequant at Linda.Hennequant@faa.gov.
C-5 Fluid Regulating Valve Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to repair the C-5 fluid regulating valve, a critical component for the C-5 Galaxy military transport aircraft. The procurement aims to identify sources capable of repairing six fluid regulating valves under a one-year contract, adhering to the specifications outlined in Air Force Technical Manual 13F7-19-3. This valve plays a vital role in the aircraft's fire suppression system by regulating liquid nitrogen pressures, ensuring operational safety and efficiency. Interested parties must submit their capability documentation by May 1, 2025, to the designated USAF representatives, with inquiries directed to Program Manager Janet Butcher at janet.butcher@us.af.mil.
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.
Remanufacture of T38 Cabin Temperature Control Valve and T38 Defog Flow Control
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of T38 Cabin Temperature Control Valves and T38 Defog Flow Controls, with a focus on small business participation. This procurement involves a five-year firm fixed-price requirements contract, consisting of a three-year basic period and two optional years, aimed at ensuring the availability and reliability of critical aircraft components. The selected contractor will be responsible for adhering to stringent quality assurance standards, including ISO 9001-2015 and AS9100 certifications, while managing compliance with various reporting and operational requirements outlined in associated documents. Interested parties should contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details and to submit their proposals in accordance with the specified guidelines.
IIJA Funded - Replace Window Washdown System at Wilmington, NC, ATCT
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the window washdown system at the Wilmington, NC, Air Traffic Control Tower (ATCT). This project, funded by the Investment Infrastructure and Jobs Act (IIJA), aims to enhance visibility from the control cab by installing a new washdown system, which includes the removal of outdated components and the installation of new tanks, piping, and electrical wiring. The successful contractor will need to coordinate closely with the FAA to ensure minimal disruption to air traffic operations and adhere to strict safety and environmental standards. Interested vendors should contact Angela Layman at angela.layman@faa.gov for site visit arrangements and must submit all required documentation by April 23rd, 4 PM MT, to be considered for this competitive, unrestricted solicitation under NAICS code 238220.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
REMANUFACTURE OF C-130 BUTTERFLY VALVE
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.