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
    ZUA Facility Painting Improvements - Infrastructure Investment and Jobs Act
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZUA Facility Painting Improvements project in Barrigada, Guam, funded by the Bipartisan Infrastructure Law. The project involves repainting the administrative wing of the FAA Enroute facility, requiring contractors to perform work during specified hours to minimize disruption to air traffic operations while adhering to safety and environmental standards. Interested parties should note that the estimated contract value is between $50,000 and $100,000, with a bid submission deadline of February 7, 2025, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with quality standards and environmental regulations. This procurement is part of the Bipartisan Infrastructure Law initiative, highlighting the importance of maintaining operational safety in air traffic control environments. The estimated budget for this project is between $50,000 and $100,000, with a site visit scheduled for February 7, 2025. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified small businesses for the design-build services related to the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Center in California. The project aims to enhance infrastructure in compliance with the Bipartisan Infrastructure Law (BIL), with an estimated project magnitude between $100,000 and $250,000. Contractors must adhere to safety regulations, local building codes, and ensure minimal disruption to FAA operations during the construction process. Proposals are due by February 15, 2025, and interested parties should contact Raymond Lena at raymond.a.lena@faa.gov for inquiries, while a site visit is scheduled for January 28, 2025.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    RFQ - 36 WG Giant Voice System - Cable Relocation (GUAM)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Yigo, Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure and communication capabilities at the base. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the site conditions. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Lauren Reyes at laurenrenee.reyes.2@us.af.mil.
    RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Bipartisan Infrastructure Law (BIL). The project involves significant construction work, including the replacement of the slide gate and improvements to the asphalt parking lots at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon notice to proceed. Interested contractors must adhere to specific requirements, including submitting an "Organizational Experience Questionnaire," providing a proposal guarantee, and complying with wage determinations under the Davis-Bacon Act. The proposal submission deadline has been extended to February 28, 2025, at 5:00 PM Central Time, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov.
    Removal of Asbestos Containing Material and Storage Container Bldg 14529
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the removal of asbestos-containing materials and a storage container located at Building 14529, Andersen Air Force Base, Guam. The primary objective of this procurement is to ensure the safe disposal of identified asbestos materials in compliance with health and safety regulations, particularly following the discovery of these materials post-Typhoon Mawar. Interested parties are encouraged to submit their qualifications and capabilities by February 14, 2025, to the designated contacts, Ethan Langas and Nathaniel D. Entilla, via email. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 562910 for Remediation Services.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the CAB Glass Replacement Project at the Lewisburg Air Traffic Control Tower (ATCT) in Lewisburg, West Virginia. This project requires contractors to provide all necessary labor, tools, materials, and supervision to replace a cracked insulating glass unit (IGU), ensuring compliance with safety regulations and minimal disruption to air traffic operations. The work must be completed within 60 calendar days of the notice to proceed, with a site visit scheduled for February 12, 2025, and proposals due by March 4, 2025. Interested contractors must be registered in the Central Contractor Registry and submit their proposals electronically to Regina Singleton at regina.singleton@faa.gov, with the total project cost anticipated to be less than $50,000.
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. The project entails comprehensive repairs to a section of Runway 14/32, including rotor milling, repaving with FAA-approved materials, crack sealing, and restriping, with an estimated contract value between $500,000 and $1 million. This initiative is crucial for maintaining airfield infrastructure and ensuring operational efficiency at military installations. Interested contractors must submit proposals by February 11, 2025, and are encouraged to contact TSgt Joshua Brooks or Ms. Omelia Saunders for further information regarding the solicitation and site visit requirements.