ZUA Facility Carpeting Improvements "Infrastructure Investment and Jobs Act"
ID: 6973GH-25-R-00069Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZUA Facility Carpeting Improvements project in Barrigada, Guam, funded under the Bipartisan Infrastructure Law. The project involves the removal and replacement of carpet tiles in the administrative wing and specialized rooms of the FAA Enroute facility, with a focus on minimizing disruption to operations and adhering to strict safety and security protocols. Contractors must comply with federal regulations, including wage determinations and reporting requirements, and are required to submit sealed bids by February 14, 2025, following a mandatory site visit on January 15, 2025. For further inquiries, interested parties can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation/modification of a government contract with the FAA AERONAUTICAL CENTER. The primary purpose of Amendment 0001 is to adjust the site visit date from January 14, 2025, to January 15, 2025, while clarifying that the proposal submission deadline remains unchanged. The amendment outlines specific procedural requirements for bidders regarding acknowledgment of the amendment, organization of site visits, and submission of questions. It necessitates advance notice for site visit participation and stipulates that all inquiries must be communicated in writing to the contracting officer in accordance with regulatory obligations. The amendment emphasizes the importance of thorough site inspections by offerors in preparation for contract bidding, thereby ensuring compliance with newly incorporated clauses addressing site conditions and investigations. Overall, this document illustrates the FAA's procedures and expectations for participation in the procurement process while maintaining the integrity of the contractual terms.
    The document serves as Amendment 0002 to a federal solicitation (Solicitation No. 6973GH-25-R-00069) from the Federal Aviation Administration (FAA) for a project funded by the Bipartisan Infrastructure Law. It mainly extends the submission deadline from January 31, 2025, to February 7, 2025, at 5:00 PM CT. Key points include the requirement for offerors to submit specific organizational experience questionnaires, demonstrating relevant project work, and providing a work plan supporting continued operations during the proposed work. Additionally, the FAA emphasizes the importance of timely communication regarding project inquiries, mandatory registration in the System for Award Management (SAM), and compliance with all solicitation terms. The amendment also clarifies that the FAA intends to award a single contract based on price competition, with evaluation factors outlined for fair assessment. All submissions must be appropriately marked and submitted electronically. This amendment reinforces the government’s commitment to transparency and clarifies the rules governing the proposal submission and evaluation process within the context of federal contracts.
    The document is an amendment to a solicitation/modification of a contract related to the FAA Aeronautical Center. Its primary purpose is to extend the closing date for submissions from February 7, 2025, to February 14, 2025. Additionally, it incorporates a specific Statement of Work (SOW) concerning the carpet tile required for this project, effective as of January 31, 2025. The amendment does not alter any other terms and conditions of the contract, which remain in full effect. The document outlines the necessary actions that contractors must take to acknowledge receipt of the amendment and adjust their submissions accordingly if they wish to make changes. A list of changes is provided, detailing revisions made to the attachment list, including specific documents related to the project and their respective dates. This amendment is crucial for ensuring all parties are aware of the new submission timeline and the updated requirements related to the carpet tile specifications.
    The document details a site visit for a carpet installation project at the Guam CERAP Facility, overseen by Dave Washino, the Honolulu District Project Coordinator. The meeting occurred on January 15, 2025, and focused on the Statement of Work, emphasizing the need for contractors to avoid disruptions to facility personnel and operations. Tentative working hours were discussed, along with questions raised during the job walk, including: 1. The bid closing date is January 31, 2025. 2. Equipment will remain in place during painting and requires protective measures like plastic sheets. 3. System furniture should not be disassembled; carpet installation will happen around it, while FAA staff will handle movable furniture. 4. Logistics dictate that painting occurs before carpeting, with painters removing the base cove for follow-up carpet installers. 5. Specific carpet installation instructions were noted, emphasizing continuity to the end of a corridor per provided plans. The document serves as a communication tool to guide contractors within the scope of federal procurement, ensuring clarity on expectations and processes related to the project. It helps maintain operational efficiency and safety during the execution of the contract.
    The document pertains to a Request for Proposal (RFP) for the ZUA Facility Carpeting Improvements under contract number 6973GH-25-R-00069. It includes an Organizational Experience Questionnaire (OEQ) that contractors must complete. The OEQ requires contractors to provide essential information such as their name, address, details about previous contracts including their number, dollar value, status (active or complete), and completion date. Additionally, contractors must outline the project title, location, a brief description of their roles and responsibilities, and information regarding the project owner or manager, including contact details. This document serves to assess the qualifications and experience of potential contractors in relation to the carpeting improvements project, ensuring that only qualified entities participate in the bidding process. Its emphasis on detailed contractor experience aligns with the broader context of federal, state, and local RFP processes aimed at maintaining quality and accountability in government contracting.
    The document outlines a solicitation notice for a construction project regarding the removal and replacement of carpet tiles at the FAA Aeronautical Center in Guam. The solicitation (No. 6973GH-25-R-00069) indicates a budget of $10,000 to $50,000 and requires bidders to submit sealed offers by January 17, 2025. A mandatory site visit is scheduled for January 14, 2025, with contact information provided for the on-site representatives. The contractor must start work within five days of receiving a notice to proceed and complete it within 30 days. Provisions for performance and payment bonds are stated, along with requirements for sealed bids and compliance with federal grant policies. The document includes clauses on inspection, bonding, and contractor obligations, emphasizing safety and compliance with construction standards. Key requirements include the utilization of electronic invoicing, adherence to affirmative action and employment verification procedures, as well as actions to prevent discrimination. Ultimately, the document serves as a formal invitation for contractors to submit proposals for the specified work while ensuring adherence to regulatory and safety standards mandated by the FAA.
    The Guam CERAP Carpet Installation project aims to replace old carpeting in the Administrative Wing and the Telco and electronic equipment rooms at the Federal Aviation Administration's (FAA) facility in Guam. Funded under the 2022 Bipartisan Infrastructure Law, the project involves removing existing carpet and wall cove bases, preparing sub-floors, and installing new carpet tiles. The specified materials include Mohawk GT154 carpet tiles for high-traffic areas and StaticSmart ESD carpet tiles for sensitive rooms, emphasizing durability and safety standards. The contractor is responsible for all labor and materials, including relocating furniture and ensuring strict compliance with FAA security protocols, given the facility's nature as an air traffic control center. Work will occur overnight to minimize disruption, and all contractors must adhere to OSHA safety regulations. A pre-construction meeting will be held to review project plans, and a ten-year warranty on materials is required. The document outlines specific requirements for project execution, including health and safety plans, security measures, and the need for coordination with FAA personnel throughout the installation process.
    The Guam CERAP carpet installation project aims to replace carpeting in the administrative wing and specialized rooms of the FAA Enroute facility in Guam, utilizing funds from the 2022 Bipartisan Infrastructure Law. The contractor is responsible for removing existing carpets and installing new carpet tiles, adhering to specific materials standards, including Mohawk GT154 Faculty Remix tiles for high traffic areas. The project must minimize disruption to the facility's operations, which is crucial for air traffic control. Work is restricted to evening hours (4:00 PM to 12:30 AM) with potential weekend scheduling. Stringent security and safety protocols must be followed, including coordination with a Contracting Officer Representative and compliance with all applicable codes and OSHA regulations. Additionally, the contractor must submit a comprehensive Health and Safety Plan, project schedule, and material specifications within two weeks of contract award. The completed work is warrantied for ten years, ensuring quality and compliance with technical requirements. The project reinforces the federal commitment to upgrading critical infrastructure while ensuring operational integrity and safety within a sensitive environment.
    The Federal Aviation Administration (FAA) has outlined the reporting requirements for contractors under the Bipartisan Infrastructure Law (BIL). The report consists of five key tabs: Contractor Information, Buy American, Energy Savings, Subcontracting, and Jobs Creation. Each tab requires detailed information, including contractor contact information, contract identifiers, total obligated funds, and descriptions of projects and non-domestic products used. Key components include providing job control numbers (JCNs) for projects, documenting energy savings initiatives, and reporting on the socio-economic categories of subcontracting. Contractors must quantify jobs created expressed as full-time equivalents, detailing contributions from both contractors and subcontractors. The document emphasizes compliance with federal regulations, especially regarding the use of American-made products, while promoting environmentally friendly practices. The intent is to ensure transparent reporting of financial obligations and job creation associated with contracted projects, aligning with federal initiatives to stimulate the economy and support domestic industries. This report serves as a crucial mechanism for oversight and evaluation of project impacts funded by the BIL.
    The government document, General Decision Number GU20240001, dated January 5, 2024, outlines wage determinations for construction projects in Guam, specifically related to the types of building, heavy, highway, and residential work governed by the Davis-Bacon Act. Any contracts initiated or extended after January 30, 2022, must adhere to the minimum wage of $17.20 per hour or higher as stated under Executive Order 14026. Various construction classifications, such as electricians and plumbers, have specified wage rates along with fringe benefits, marking distinctions between union rates and survey rates. The document also describes the process for appeals regarding wage determinations and administrative procedures for interested parties. This wage determination process ensures compliance with federal labor standards, crucial for safeguarding workers' rights and promoting fair pay in public-funded construction projects across Guam. Compliance with these wage standards is essential for contracting entities seeking federal contracts in the region.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves deferred maintenance at three backcountry airstrips—Chamberlain, Cabin Creek, and Cold Meadows—within the Payette National Forest in Idaho. The project aims to enhance airstrip infrastructure through various tasks, including tree removal, installation of drainage systems, construction of tie-downs and information boards, and overall grading, while adhering to strict environmental regulations and utilizing non-motorized equipment. This initiative is crucial for maintaining safe access to remote areas and ensuring the functionality of these airstrips, which are vital for emergency services and recreational access. Proposals are due by January 9, 2026, and interested contractors should contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further details.