Fire Maintenance Services at Multiple locations within the Indianapolis District
ID: 697DCK-24-R-00514Type: Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. The contract will span a base year with four optional renewal years, with proposals due by September 20, 2024, at 5:00 PM CST. Interested contractors should direct inquiries to Randie Thornton at randie.n.thornton@faa.gov and are encouraged to attend optional site visits scheduled for late August 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation concerning the Consolidated Fire Maintenance services for the Federal Aviation Administration (FAA) across three locations: Columbus Air Traffic Control Tower, Indianapolis Air Traffic Control Tower, and Indianapolis Air Route Traffic Control Center. The amendment extends the proposal submission deadline to September 20, 2024, at 5:00 PM CST, in anticipation of an updated Statement of Work (SOW) that will be integrated into the solicitation via another amendment. The period of performance for the contract is from October 1, 2024, to September 30, 2029. The document outlines procedural requirements for contractors to acknowledge the amendment and submit proposals and highlights administrative changes necessary for contract compliance. Overall, the amendment serves to ensure that potential contractors have adequate time and information to prepare their competitive proposals for FAA services.
    The document outlines a solicitation for a firm-fixed-price contract for consolidated fire maintenance services for the Federal Aviation Administration (FAA) at three locations: Columbus Air Traffic Control Tower, Indianapolis Air Traffic Control Tower, and Indianapolis Air Route Traffic Control Center, covering a performance period from October 1, 2024, to September 30, 2025, with four optional renewal years. The contractor must provide all necessary personnel, tools, and services required for the specified maintenance tasks in compliance with detailed specifications and drawings. The procurement emphasizes clear pricing for each contract line item, stipulating that failure to provide line item pricing may result in bid rejection. The document includes details about site visits, the requirements for proposals, and contract clauses, covering payment processes and compliance with acquisition regulations. It emphasizes the necessity of a firm commitment to safety, efficiency, and adherence to federal guidelines, reflecting the government's aim for high-quality service in support of its aviation infrastructure. The summary effectively captures the main purpose and essential information about the contract bidding process and service expectations.
    The document outlines the Statement of Work (SOW) for fire maintenance services at three Federal Aviation Administration (FAA) sites in Indiana and Ohio, detailing requirements for a firm fixed-price contract spanning a base year and four option years. Key services include inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, ensuring compliance with National Fire Protection Association standards. Contractors are expected to establish a quality control program, minimize interference with government operations, and protect government property during service execution. Specific provisions stipulate staffing qualifications, including certifications and training, as well as safety protocols surrounding access to sites, which require FAA escorts and must align with airport authority insurance requirements. Regular performance checks and maintenance schedules are mandated, with emergency services provisioned for failure response. The contract emphasizes adherence to local, state, and national codes while ensuring documentation of findings and results following inspections. Overall, the SOW aims to manage safety standards effectively while highlighting the government’s commitment to maintaining operational safety at critical aviation facilities.
    The document outlines the framework for federal and state RFPs (Requests for Proposals) and grants, focusing on the procurement process in governmental contracting. It emphasizes the critical requirements and guidelines for potential vendors seeking funding through various public sector opportunities. Key points include the structured approach to submitting proposals, eligibility criteria, evaluation methods, and reporting obligations associated with awarded grants. There is a distinct emphasis on transparency and accountability, necessitating detailed project descriptions, budget breakdowns, and timelines. Additionally, the text discusses the importance of adhering to legal standards and ensuring compliance with federal regulations throughout the contract lifecycle. Highlights of significant project goals, anticipated outcomes, and community benefits are to be explicitly identified in submissions. By promoting competitive bidding and thorough vetting processes, the framework aims to facilitate equitable access for businesses while safeguarding taxpayer interests. Overall, this document serves as a vital reference for organizations aiming to secure governmental contracts or funding, reinforcing the state's commitment to effective use of public resources in meeting community needs and project objectives.
    This document is a Customer Satisfaction Survey associated with a proposal submitted by a contractor to the Federal Aviation Administration (FAA), under solicitation number 697DCK-24-R-00514. The purpose of the survey is to gather feedback on the contractor's past performance from a customer reference, as this information is essential for the evaluation process. The survey seeks ratings on various aspects such as overall service performance, response time, problem-solving abilities of Operations Management, and the quality of on-site employees. Respondents are asked to provide ratings on a scale from "Excellent" (5) to "Unacceptable" (1), accompanied by comments for more detailed insights. The survey must be completed and submitted by a specified deadline of August 30, 2024, directly to the designated FAA email address. This form serves as an integral component of the evaluation criteria for the contractor's proposal within the context of federal procurement processes.
    The Contractor Staffing Access Questionnaire is designed to evaluate the access and investigation requirements for contractor employees engaged with the FAA upon contract award. Contractors are requested to provide detailed information, including the estimated number of full-time and part-time employees, and respond to specific questions regarding labor categories. For each labor category, contractors must indicate position titles, expected employee counts, and access needs related to FAA facilities, computer systems, and Sensitive Unclassified Information (SUI). The document emphasizes the necessity of routine access and data security, underlining the FAA's commitment to establishing a secure operational environment. This questionnaire is a crucial step in assessing contractor staffing needs and ensuring the appropriate security measures are in place for contract execution.
    The Federal Aviation Administration (FAA) has updated its invoicing process, mandating that companies submit invoices electronically via the Delphi e-Invoicing web-portal as of February 1, 2021. This transition aims to enhance efficiency and transparency in invoice processing by providing real-time status updates and reducing payment delays. Companies are required to establish accounts on the Delphi e-Invoicing portal, facilitated by the Enterprise Services Center (ESC). To create an account, vendors must submit their contact information to the ESC, which, upon verification, will issue a user account. Following this, a Login.gov account must be created to access the Delphi portal. The FAA emphasizes that this electronic process will streamline payments and improve accountability without altering existing contract terms. For assistance, companies can contact the ESC or access training resources online. The initiative reflects the FAA's commitment to modernizing financial procedures and optimizing taxpayer resources through electronic invoicing.
    Similar Opportunities
    Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. This project aims to enhance safety and compliance with relevant safety codes, including OSHA and NFPA regulations, and is estimated to fall within a construction budget of $500,000 to $1,000,000. The awarded contractor will be responsible for implementing new fire detection systems, modifying existing fire suppression mechanisms, and ensuring thorough documentation and certification of all installed systems. Interested parties must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.
    Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia and the Dothan Air Traffic Control Tower in Dothan, Alabama
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for Grounds Maintenance Services at the Albany Air Traffic Control Tower in Albany, Georgia, and the Dothan Air Traffic Control Tower in Dothan, Alabama. The contract, which is a total small business set-aside, requires maintenance services to be performed seven days a week, with a performance period starting on December 1, 2024, and extending through November 30, 2029, including one base year and four optional years. This procurement is crucial for maintaining the operational integrity and safety of FAA facilities, ensuring that grounds are well-kept and compliant with federal standards. Interested contractors must register for site visits by September 20, 2024, and submit proposals by October 15, 2024, with inquiries directed to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov.
    Milwaukee ATCT - Minor HVAC Work
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for minor HVAC work at the Milwaukee Air Traffic Control Tower (ATCT) in Wisconsin. The project involves replacing HVAC ductwork and a fresh air damper, with a total estimated project size of less than $75,000. This work is crucial for maintaining the operational efficiency and comfort of the ATCT facility, ensuring compliance with federal standards and regulations. Proposals are due by September 20, 2024, at 12 PM MST, and interested parties should submit their offers via email to Angela Layman at angela.layman@faa.gov. Additionally, contractors must adhere to the Davis-Bacon Act wage determinations and acknowledge any amendments to the solicitation to ensure compliance with the updated procurement process.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The procurement aims to ensure the safe and efficient operation of two types of elevators—geared traction and hydraulic—installed in 2009, requiring routine inspections, preventive maintenance, and repairs in accordance with manufacturer specifications. This contract, which spans from January 1, 2025, to December 31, 2029, emphasizes the importance of maintaining operational safety and compliance with federal regulations. Interested vendors must submit their proposals by October 1, 2024, and direct any inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors for exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT). The project involves various repair tasks, including repainting exterior doors and replacing damaged soffits, with an estimated contract value between $100,000 and $200,000. This procurement is crucial for maintaining the operational integrity and safety of air traffic management facilities. Interested vendors must submit their proposals by September 17, 2024, at 12 PM MST, and can direct inquiries to Angela Layman at angela.layman@faa.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    for Aircraft Rescue and Fire Fighting (ARFF) Research and Development (R&D) support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide research and development support for Aircraft Rescue and Fire Fighting (ARFF) operations. The primary objectives include enhancing passenger safety during post-crash incidents by improving firefighting tactics and technologies, as well as managing ARFF research facilities and conducting various research initiatives related to firefighting agents and tactics. This procurement is critical for maintaining air travel safety and involves tasks such as investigating advanced air mobility aircraft, exploring alternative fuels, and researching fluorine-free foam alternatives due to environmental concerns. Interested vendors must submit a capability statement by 3:00 PM EST on October 15, 2024, to Joseph Szwec at Joseph.S.Szwec@faa.gov, with a limit of seven pages in Microsoft Word format. The incumbent contractor is Battelle Memorial Institute Inc., and the NAICS code for this opportunity is 541715.
    Replace 2 HVAC Units at CLT ATCT in Charlotte, NC
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified small business HVAC contractors to replace two HVAC units at the Charlotte Air Traffic Control Tower (CLT ATCT) in Charlotte, North Carolina. The project requires contractors to provide all necessary labor, materials, supervision, and transportation, with a contract performance time of 14 calendar days following the issuance of the Notice-to-Proceed. This procurement is a Total Small Business Set-Aside, with an estimated contract value between $150,000 and $250,000, and the Request for Proposal Package is expected to be available in late September 2024. Interested contractors should submit their requests for the proposal package to Tony Bryant at Tony.W.Bryant@faa.gov by 5:00 PM (CST) in September 2024.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.