QNA Parking Lot Replacement
ID: 697DCK-25-R-00184Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is soliciting bids for the QNA ARSR Parking Lot Improvement Project, with an estimated value between $250,000 and $500,000, set aside specifically for small businesses under NAICS code 237310: Highway, Street, and Bridge Construction. The contract requires performance bonds and mandates completion of projects within designated periods. Sealed offers must be submitted within 12 calendar days after the notice to proceed, with a final deadline for acceptance in 30 days. The contractor must adhere to various Federal contracts and implications regarding influencing federal transactions, including strict compliance with executed amendments and certifications. The proposal necessitates clear construction timelines, assurance of labor and materials, and regulatory compliance following safety and environmental guidelines. The contract administration involves specific roles assigned to contractors and representatives, outlining responsibilities and legal requirements, to ensure project completion aligns with established FAA standards and federal laws. This request emphasizes the government's commitment to involving small businesses and reinforcing project management adherence.
    This document serves as an amendment to the solicitation for a contract identified by the code 697DCK-25-R-00184, issued by the Federal Aviation Administration (FAA). The amendment is designed to update solicitation clauses, remove specific environmental product requirements, and extend the proposal response deadline from April 22, 2025, to April 28, 2025, at 3 PM ET. Key updates also include the incorporation of an updated Request For Information (RFI) list that aligns with the solicitation. A critical instruction highlights that offers must acknowledge receipt of this amendment by one of several specified methods to avoid rejection. Aside from these changes, all other terms and conditions of the original solicitation remain unchanged and in effect. This document is essential for contractors wishing to participate in the bidding process, ensuring they are informed of the latest requirements and deadlines pertinent to the solicitation.
    The document outlines the requirements for the construction of robust cattle guards as part of a federal or state request for proposals (RFP). It emphasizes the need for durable designs that can withstand heavy livestock movement while ensuring the safety of vehicles and pedestrians. Key specifications include materials suited for long-term use, installation guidelines that conform to local construction codes, and design features that promote effective drainage and minimize maintenance. The project aims to foster road safety and facilitate agricultural operations by preventing cattle from wandering onto highways. Compliance with environmental standards and consideration of local topography are also essential aspects of the proposal. This initiative reflects a commitment to enhancing the infrastructure that supports both agricultural activities and public safety.
    The file outlines specifications for an electrical panel, designated as LP 120/208 VAC, 3 phase, related to Big State Electric, Ltd. It details the load distribution for various equipment within a facility, including multiple well pumps, lights, receptacles, heaters, and an AC control cabinet. Each component is listed with a specific designation, indicating its function and location within the electrical system. The document serves as a technical reference for installation or upgrades, likely within a governmental context, as it appears to align with electrical requirements for federal or state-funded projects. Proper configuration of electrical systems is crucial for ensuring efficiency and safety in public facilities while meeting compliance standards. This summary emphasizes the technical specifications and essential components necessary for the project.
    The FAA-C-1391f specification outlines the requirements for the installation, termination, splicing, and surge protection of underground electrical distribution (ELD) systems within FAA facilities. This updated document supersedes the previous version and provides detailed guidelines for medium-voltage (MV) and low-voltage (LV) power cables, focusing on safety, reliability, and innovative practices. It specifically governs power cable installation from commercial power sources to FAA service entrances, excluding facility service wiring and communication cables. Key changes in this revision include the transition from older voltage distribution standards to newer industry practices, enhanced protection protocols for installation processes, and revisions to acceptance testing methods to ensure compliance with IEEE standards. The document emphasizes the need for qualified personnel, proper installation techniques, and safety protocols during construction and testing phases. This specification serves as a vital reference for contractors involved in FAA projects, ensuring that electrical installations meet current safety and operational standards while promoting effective project execution. Compliance with other FAA directives and national electrical codes is also integral to this document's implementation. Overall, it is essential for enhancing the reliability of electrical systems that support FAA operations.
    The file documents a site visit related to the Request for Proposal (RFP) for the QNA Parking Lot Replacement, identified by the number 697DCK-25-R-00184. The site visit took place on April 8, 2025, with bids due by April 22, 2025. The document lists various contractors who attended this visit, detailing their names, company affiliations, and contact numbers. Key contractors present included representatives from PaveConnect, McKenzie Construction, Towers Construction Company, MC Fence and Deck, Patriot Diversified, and multiple representatives from Rucoba & Maya Construction, LLC, among others. This list indicates a diverse pool of interested parties, suggesting a competitive bidding environment for the parking lot replacement project. The purpose of this document is to inform interested contractors about the upcoming project, regulatory adherence, and timelines for bid submission, aligning with the broader context of federal and state RFP activities. By cataloging participant details, it also promotes transparency in the procurement process, crucial in government contracting environments. Overall, the information reflects the preparation stages of a government contract, aiming to ensure a fair and efficient bidding process among qualified contractors in the construction industry.
    The document outlines the specifications and requirements for a Parking Lot Improvement Project at the QNA Air Route Surveillance Radar (ARSR) site in Hallettsville, Texas. Issued by the Federal Aviation Administration (FAA), the project involves various phases of demolition, construction, and site preparation aimed at enhancing parking facilities and overall safety. Key tasks include the verification of existing structures, removal of outdated equipment, installation of new concrete pavements, installation of a powered gate, and adherence to safety regulations throughout construction. Additionally, contractors are required to maintain site access, manage waste, and ensure drainage and erosion controls. The documentation includes detailed plans, site layouts, and construction notes, emphasizing the importance of coordination with the Contracting Officer's Representative (COR) during the execution of work. Overall, this initiative represents the FAA's commitment to modernizing infrastructure at critical surveillance sites while ensuring compliance with federal regulations and community safety standards.
    The Federal Aviation Administration (FAA) outlines a Parking Lot Improvement Project for the Morales Air Route Surveillance Radar (ARSR) site in Morales, Texas. The project aims to rehabilitate the parking lot to enhance vehicular accessibility, encompassing the removal of existing materials, installation of new pavement, disposal of unused poles, and setting up a powered gate system. Key requirements include adhering to FAA and Texas Department of Transportation standards, ensuring compliance with safety regulations, and maintaining environmental protection measures during construction. The contractor is obligated to coordinate with the FAA’s Contracting Officer Representative (COR), manage debris disposal per local regulations, and submit detailed project schedules and documentation. Safety protocols include following OSHA standards, maintaining site cleanliness, and providing necessary protective measures for workers. The deliverables consist of as-built drawings and construction warranties, and the contractor must secure any relevant permits before work begins. This project reflects the FAA's ongoing commitment to improving infrastructure while prioritizing safety, environmental regulations, and compliance with federal and state guidelines.
    The document is a Request for Information (RFI) concerning the QNA Parking Lot Replacement project, posted by the FAA. Key details include the project timeline, with bids due by April 22, 2025, and a site visit conducted on April 8, 2025. The RFI addresses numerous contractor inquiries regarding project specifications, including working hours (typically 8 AM to 4:30 PM), concrete disposal requirements (offsite only), and gate design preferences (a single vertical pivot gate). Additional inquiries clarify requirements for utilities available on-site, environmental considerations, concrete specifications (4000 to 5000 psi), and necessary approvals. Notably, it confirms that no hazardous materials like asbestos or lead are anticipated. The RFI also stipulates that the contractor must uphold specific construction schedules, especially concerning soil freezing conditions. The FAA underscores that the project is tax-exempt and provides essential attachment documents for contractor guidance, enhancing clarity on operational standards and expectations before bid submission. This comprehensive approach ensures all potential contractors have a clear understanding of the project scope and compliance requirements.
    The Federal Aviation Administration (FAA) issued a Request for Information (RFI) for the QNA Parking Lot Replacement project. Notable details from a pre-bid site visit on April 8, 2025, include: working hours typically from 0800 to 1630 with flexibility; pole cutoff depth of two feet below grade; concrete disposal must be offsite; and both power and water utilities are available. Project contractors must provide portable toilets and ensure no existing utilities are affected during the demolition of eight poles and associated guide wires. Notably, although the anticipated duration for construction is 30 days, initial tasks like concrete testing may require scheduling adjustments. The contractor must submit project schedules considering seasonal weather conditions, addressing freezing concerns. The project is tax-exempt, and environmental checks reveal no expected asbestos or lead. Key specifications for concrete mix design and reinforcement are provided, alongside clarifications about gate designs and logistics for equipment. The FAA encourages bidders to address their queries through a defined submittals process, ensuring thorough documentation and communication. The gathered information underscores the project's compliance with FAA regulations and local guidelines, setting the foundation for future RFP and grant processes.
    The document outlines the General Decision Number TX20250027 concerning wage determinations for highway construction projects in various Texas counties, effective January 3, 2025. It supersedes a previous decision and specifies wages required under the Davis-Bacon Act, incorporating relevant Executive Orders. Contracts initiated after January 30, 2022, must pay workers at least $17.75 per hour, while earlier contracts (not renewed) fall under different wage requirements of $13.30. The document details classifications and respective wage rates for specific roles, including concrete finishers, laborers, and truck drivers. Notably, higher wage rates under Executive Orders may apply, but enforcement for certain states is currently paused. Moreover, it defines the appeals process for wage determination decisions and outlines the criteria for classification and wage identification. This file serves to inform contractors and ensure compliance with federal wage standards in government contracts related to highway construction, vital for adhering to labor regulations within federal and state procurement contexts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    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.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma (Project No. OK NP MULTI PMS(1)) and North Texas (Project No. TX NP MULTI PMS(2)). This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the construction and preservation of highways, roads, and bridges, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and efficient transportation. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can reach the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the UAS Broad Agency Announcement (BAA) under Solicitation Number 697DCK-25-R-00278, specifically for Call 001-2026. This opportunity invites white papers aimed at demonstrating and validating technologies for the safe integration of Unmanned Aircraft Systems (UAS) into the National Airspace System, with a focus on areas such as UAS Traffic Management and Beyond-Visual-Line-of-Sight operations. A total funding amount of $12 million is available, to be distributed among FAA-designated UAS test sites, with a requirement for a 1:1 cost-share match from respondents. Interested parties must submit their white papers by January 9, 2026, and can direct inquiries to Contracting Officers Scott E. Raber and Kristin T. Frantz via their provided emails.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.