6973GH-25-R-00093 - USFS GUY TENSIONING GOLDEN POND - SIR
ID: 6973GH-25-R-00093Type: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 9:00 PM UTC
Description

The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on USFS tower assets located at three sites: Winona, Golden Pond, and Cass Repeater. The project involves essential maintenance tasks such as tension adjustments, grounding installations, and corrosion control to ensure the operational integrity of communication infrastructures critical to federal operations. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits for a comprehensive understanding of the work required. For further inquiries, contact Tamara Maxwell at tamara.m.maxwell@faa.gov.

Point(s) of Contact
Files
Title
Posted
The Statement of Work (SOW) for the U.S. Forest Service outlines a remediation project focused on the maintenance and upgrade of their tower infrastructure. The initiative addresses critical infrastructure issues affecting guyed communication and lookout towers used for mission-critical operations, intending to enhance safety and compliance with applicable standards. The contracted entity is tasked with several tasks, including guy system tensioning, corrosion abatement, grounding installation, and site-specific repairs at various repeater sites (Winona, Golden Pond, and Cass). The project requires preliminary and final schedules, adherence to safety practices, and the provision of necessary tools and materials. Reports of completed activities, as-built drawings, and documentation of repairs are critical deliverables. Compliance with standards such as OSHA and NFPA is paramount, including the installation of lightning protection and proper bonding of structural elements and ground systems. The methods outlined in this SOW ensure that all identified deficiencies are addressed, enhancing the structural integrity and operational capability of the U.S. Forest Service facilities while assuring safety for personnel working on the projects. The project highlights the government’s commitment to maintain essential communication infrastructure in national forests.
The document outlines a Request for Quotations (RFQ) from the Federal Aviation Administration (FAA) for construction services related to three specific sites: Winona Repeater, Golden Pond, and Cass Repeater. The RFQ specifies a delivery timeline of 30 days following the Notice to Proceed, emphasizing that proficiency in completing all required work, as defined in the Statement of Work, is mandatory. This RFQ is not a contract but rather solicits competitive bids, with the award going to the lowest eligible offeror. Key attachments include inspection reports, wage determinations, and various bond requirements (payment, performance, and bid bonds), indicating the project's financial and legal stipulations. The document contains a timetable for site visits, submission questions, and deadlines for quotations, further detailing the procurement process. Compliance with federal regulations and Executive Orders related to fairness and equality in contracting is underscored. Overall, the RFQ reflects the FAA's structured approach to engaging contractors for necessary construction services, ensuring accountability, safety, and adherence to legal stipulations throughout the project lifecycle.
The document outlines a scope of work (SOW) for tower corrective actions associated with three US Forest Service (USFS) repeater sites: Winona, Golden Pond, and Cass. The Tower Inspection Report specifies several necessary actions including the installation of a lightning protection system, a safety climbing system, and the securing of cables. Recommendations include improving ground connections, remediating obstruction lighting, and tightening guy wire pull-off hardware. The accompanying Q&A section addresses inquiries regarding scope clarity, bonding, operability of lighting systems, contractor procedures, and inspections. Key responses indicate that while some corrections are mandatory, others are not part of this solicitation, and all work will be performed during daylight hours under supervision. The document reflects compliance with safety and operational standards while facilitating contractor engagement in necessary safety upgrades and preventative measures for the USFS repeater systems, ultimately ensuring effective and compliant operations for these essential communications infrastructures.
The Statement of Work (SOW) for the U.S. Forest Service aims to address maintenance and infrastructure issues of the USFS tower inventory to support mission-critical activities in compliance with federal standards. The scope includes guy system tensioning, minor repairs, and grounding on various tower types, with specific actions outlined for three sites: Winona, Golden Pond, and Cass Repeaters. Critical tasks involve assessing and correcting deficiencies, including tension adjustments, corrosion control, grounding installations, and enhancing obstruction lighting systems. The contractor must provide all necessary materials and expertise and is responsible for coordinating site access and adhering to OSHA and NFPA standards. The project’s timeline mandates a preliminary schedule post-award and completion within 30 days. Essential deliverables include a remediation plan, activity reports, images from the worksites, and project documents submitted in PDF format. Completion is contingent on meeting specified project requirements and government acceptance of deliverables, demonstrating a commitment to maintaining operational integrity within USFS facilities.
The document is a compilation of fragmented data that appears to discuss aspects related to federal and state government RFPs (Requests for Proposals) and grants. It contains a series of disjointed elements with potential references to procurement processes, funding opportunities, and compliance requirements specific to proposals in various sectors. While the specifics remain unclear due to encoding and formatting issues, the overall intent seems to revolve around providing guidelines or frameworks for entities seeking government funding and contracts. The document may aim to inform stakeholders about application procedures, eligibility criteria, the evaluation process, and necessary documentation for successful submissions. This context emphasizes the importance of adhering to regulatory standards and leveraging available resources to achieve project funding and partnership with governmental agencies. Overall, the fragmentary nature hampers a complete understanding of the text, but the underlying theme suggests a focus on facilitating government procurement and funding initiatives.
The document is a Contractor's Release form issued by the Department of Transportation, intended for contractors involved in federal contracts. It outlines the terms under which the contractor releases the government from liabilities associated with the contract after receiving payment. The form is structured to specify any claims not being released, including those related to third-party liabilities and patent reimbursements. The release must be signed by the contractor, confirming that they are authorized to do so on behalf of their corporation if applicable. This form is crucial for formalizing the completion of contractual obligations and ensuring clarity in the contractor's claims and liabilities, thereby protecting both the contractor and the government during the contract closeout process. It emphasizes the need for compliance with contractual provisions, particularly concerning patent matters. Overall, it serves to finalize financial and legal responsibilities following a contract's execution, reflecting best practices in federal contract management and compliance with government requirements.
The document outlines a payment bond form required under the Act of August 24, 1935, for federal projects involving construction, supplies, or services. It establishes the obligations of the Principal and Surety(ies) to ensure payment to individuals and subcontractors providing labor and materials for the contracted work. Key components include the identification of the Principal, Surety name, business address, and financial parameters like the penal sum of the bond. The bond is only void if the Principal fulfills their payment obligations promptly, with waivers on notifying Sureties about contract modifications. Furthermore, it details the requirements for contractual execution, including the necessity for authorized signatures, the presence of corporate seals if applicable, and stipulations for individual sureties. To comply with the Paperwork Reduction Act, the form includes a statement regarding the collection of information associated with this bond, and it emphasizes that no penalties will apply for non-completion if the OMB Control Number is not displayed. The document serves to protect parties supplying labor and material and ensures obligations are met in federal and state/local contracts.
The document outlines the Bid Bond required for federal contracting, specifically for submissions related to the Federal Aviation Administration (FAA). It states the purpose of the Bid Bond, which is to ensure the principal (the bidder) will fulfill their obligations if their bid is accepted. The document details the necessary information for execution, including the legal name and business address of the principal and surety, the penal sum of the bond, bid identification, and conditions under which the bond obligation becomes void. Key conditions include the obligation for the principal to execute contractual documents and provide required bonds upon bid acceptance, as well as covering costs if the principal fails to fulfill the contract terms. The Bid Bond serves as a financial guarantee to protect the government from defaults in awarded contracts. A notable aspect of the document is the outlined process for responding to the information collection, including an estimate of the time burden associated with completion. This framework indicates the regulatory oversight tied to federal procurement processes and compliance requirements in handling proposals for government contracts.
The document outlines the requirements and conditions for a Performance Bond related to government contracts. It establishes the obligation of the Principal and Surety(ies) to ensure adherence to contract terms and the payment of applicable taxes if the contract falls under the Miller Act. The bond becomes void if the Principal meets contractual obligations, including performing all terms and modifications. The document specifies how to fill out the bond, requiring details like the legal name, addresses of Principal and Surety(ies), and liability limits for sureties, which must be approved by the Department of Treasury. Corporations must execute the bond and include the necessary authority documentation for representatives signing on behalf of the entities involved. This Performance Bond is critical in ensuring compliance and financial assurance in federal contracts, thus supporting effective governance in RFPs and federal grants. The bond form is standardized to maintain uniformity across transactions. Compliance with the Paperwork Reduction Act is also emphasized, ensuring oversight in information collection processes related to this bond.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on identified U.S. Forest Service (USFS) tower assets located in Mississippi. The project involves installing new grounding systems, ensuring structural integrity through tensioning of guy wires, and adhering to safety standards such as TIA-222 Rev. H and NFPA 780. This procurement is crucial for maintaining reliable telecommunications infrastructure that supports USFS operations. Interested contractors must submit their proposals by April 29, 2025, at 4:00 PM CST, and direct any inquiries to Tamara Maxwell at tamara.m.maxwell@faa.gov.
SOLICITATION: GUY TENSIONING OF THE EDDY, RIVER FOREST, AND SUMATRA REPEATER TOWERS AT MULTIPLE NATIONAL FORESTS IN FLORIDA.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in Florida's National Forests. The project involves essential maintenance tasks, including guy system tensioning, minor repairs, and the installation of grounding systems to ensure compliance with safety standards and operational readiness. This procurement is critical for maintaining communication infrastructure vital for forestry operations, ensuring safety and functionality in the region. Interested small businesses must submit their proposals by April 28, 2025, with all inquiries directed to Stephen Branch at stephen.n.branch@faa.gov.
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.
SEEKING SOURCES: LIGHT LIFT HELICOPTER SERVICES - MULTIPLE OPPORTUNITIES IN NATIONAL FORESTS LOCATED IN WASHINGTON, IDAHO, AND MONTANA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide light lift helicopter services for multiple projects supporting site inspections of remote U.S. Forest Service (USFS) observation towers in Washington, Idaho, and Montana. The FAA requires contractors to transport personnel and tools to various designated landing zones, with each project involving specific dates, estimated durations, and payloads of approximately 500 lbs. These services are critical for maintaining communication and lookout structures in areas where ground access is limited. Interested vendors must submit their capability statements and responses to the market survey by emailing Josh Huckeby at joshua.d.huckeby@faa.gov, ensuring their registration in the System for Award Management (SAM.gov) is current. The FAA anticipates awarding separate Firm Fixed Price contracts based on competitive pricing, with the announcement remaining open until acquisition strategies are established.
Skywatch Tower
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a new Skywatch mobile security tower for the 92nd Security Forces Squadron at Fairchild Air Force Base in Washington. The primary objective is to enhance the existing inventory of security towers to improve operational efficiency and effectiveness during various events, including aerial demonstrations, by integrating advanced features such as thermal and infrared cameras. This initiative underscores the importance of modernizing security capabilities to effectively manage potential threats and safeguard critical resources. Interested vendors must submit their quotes referencing RFQ FA462025QA942 by May 7, 2025, and ensure they are registered in the System for Award Management (SAM). The contract will be a firm-fixed-price agreement with a delivery timeline of 180 days after receipt of order, although no awards will be made until funds are available. For further inquiries, vendors can contact Yuying Wang at yuying.wang@us.af.mil or Benjamin Hampton at benjamin.hampton.1@us.af.mil.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
Rohde & Schwarz FSMR3000 Measuring Receiver
Buyer not available
The Federal Aviation Administration (FAA) is seeking quotes for the acquisition of Rohde & Schwarz FSMR3000 Measuring Receivers, specifically models FSMR3008, FSMR3-B1, FSMR3-B3, FSMR3-B24, FSMR3-K7, FSMR3-K15, and NRP-Z27. This procurement aims to secure high-quality measurement equipment essential for FAA operations, with a delivery timeframe of 50 days post-award and a requirement for domestic origin of supplies. The opportunity is set aside for small businesses, and interested vendors must submit their quotes via email by May 8, 2025, at 2:00 PM Central Time, including the RFQ number 6973GH-25-Q-00103 in the subject line. For further inquiries, potential offerors can contact Connie Houpt at connie.m.houpt@faa.gov.
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.
FAA Tower Simulation System Software - Enhancement Two
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified vendors to enhance its Tower Simulation System (TSS) software, aimed at improving air traffic controller training capabilities. The procurement focuses on developing, configuring, and managing simulation software that meets specific operational requirements, including the integration of realistic training scenarios and advanced audio-visual outputs. This initiative is critical for ensuring that air traffic controllers are trained effectively in a safe environment, reflecting real-world complexities in air traffic management. Interested vendors must submit their capability statements and responses to specific questions by May 19, 2025, to Manish Patel at manish.patel@faa.gov, with a total submission limit of 25 pages.