(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 Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 9:00 PM UTC
Description

The Federal Aviation Administration (FAA) is seeking qualified contractors for the replacement of flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. This project involves the removal and replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, all while adhering to strict safety protocols and minimizing disruption to air traffic control services. The contract is set aside exclusively for small businesses, with an estimated value between $475,000 and $550,000, and proposals are due by April 28, 2025. Interested contractors should direct inquiries to Bryon Nolan at bryon.r.nolan@faa.gov and are encouraged to attend a mandatory site visit on April 8, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 7:06 PM UTC
This document is an amendment to a government solicitation for a contract, specifically detailing a modification to extend the proposal due date and provide updates based on responses from a Site Visit Request for Information (RFI). The new proposal deadline is set for April 28, 2025, at 1700 EST. Additionally, the document outlines administrative changes, including revisions to the attachment list pertaining to the solicitation. Several attachments related to the Statement of Work, performance bonds, payment bonds, and other forms have been updated or added. The amendment emphasizes the need for contractors to acknowledge the amendment receipt by specified methods to ensure the validity of their offers. Overall, this amendment serves to clarify timelines and refine documentation to enhance the procurement process, reflecting the government’s commitment to transparency and thoroughness in public contracting efforts.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 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.
Apr 22, 2025, 7:06 PM UTC
The government file pertains to the SIR: 6973GH-25-R-00119, which involves the replacement of chiller valves. Key points include the requirement for contractors to submit a Submittal Register listing proposed submittals for valves, actuators, and the replacement plan. Each submission must include four copies of relevant documentation, and contractors will receive feedback within twenty-one days. Regarding personnel access, contractors will be escorted by FAA personnel throughout the project. The project will not upgrade the existing control systems, which will remain as pneumatic, with only minor incidental replacements expected for tubing and connectors. The document emphasizes compliance with stipulated submission requirements and project guidelines, ensuring the project adheres to necessary standards while retaining pre-existing systems. Compliance and clarity in the procurement process are essential to the successful execution of this project.
Similar Opportunities
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
AMENDMENT 0001: 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 systems, with an estimated project cost between $750,000 and $1,000,000. The successful completion of this project is crucial for maintaining the operational efficiency and safety of air traffic control services. Interested contractors must submit their offers by May 14, 2025, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or call 206-231-3026.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors 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 installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@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.
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
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.
48--VALVE,FLOW CONTROL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of flow control valves. The procurement aims to ensure that these valves meet operational and functional requirements, with a specified Repair Turnaround Time (RTAT) of 147 days, emphasizing the importance of timely and efficient repair services for military operations. This contract is critical for maintaining the functionality of essential equipment, thereby supporting national defense efforts. Interested contractors should submit their quotes, including pricing and capacity constraints, to Kelsey Gring at KELSEY.GRING@NAVY.MIL or by phone at 717-605-1089, with the solicitation details available for review.
BTV MODERNIZE AIR CONDITIONING AND AIR HANDLING EQUIPMENT FAA AIRPORT TRAFFIC CONTROL TOWER BURLINGTON, VT
Buyer not available
The Federal Aviation Administration (FAA) is seeking to prequalify contractors for the modernization of air conditioning and air handling equipment at the Airport Traffic Control Tower in Burlington, Vermont. The project involves the replacement and upgrade of the HVAC system, including the removal of existing units, installation of new systems, and provision of temporary climate control during the upgrade process. This initiative is crucial for maintaining efficient operational facilities and aligns with the FAA's commitment to modernizing infrastructure. Interested contractors must submit their qualifications, including financial documentation and project references, by the specified deadline, with the contract value estimated at $18.5 million. For further inquiries, contact Rodgers Cox at rodgers.l.cox@faa.gov.