SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
ID: 6973GH-25-R-00115Type: Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 13, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 10:00 PM UTC
Description

The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the George Bush Intercontinental Airport in Houston, Texas. The project aims to ensure the maintenance and safety of critical aviation infrastructure, particularly addressing lead-based paint concerns identified in prior assessments. The total project value is estimated between $350,000 and $450,000, with a firm fixed price contract anticipated to be awarded to the lowest responsive bidder by April 15, 2025. Interested contractors must attend a mandatory site visit on April 3, 2025, and submit any questions by April 9, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov.

Point(s) of Contact
Files
Title
Posted
Mar 13, 2025, 2:05 PM UTC
The FAA is seeking qualified Professional Paint Contractors for repainting the ASDE Tower and Shelters at the Houston, TX airport (IAH-2). Bidders must be current QP-2 certified by the SSPC and comply with regulations regarding lead-based paint (LBP) removal and safety. Key responsibilities include safe work practices, containment of work areas, air monitoring for lead exposure, and obtaining necessary permits. The specified paint should conform to federal color specifications and environmental standards, utilizing lead-free materials and specific product types suitable for industrial use. A detailed work plan must be provided within 10 business days post-contract award, and any subcontractors must adhere to the same standards. The initiative is part of federal compliance efforts and underscores safety in maintaining aviation infrastructure.
Mar 13, 2025, 2:05 PM UTC
The document is a lead sampling report from Titan Environmental Solutions, Inc. (TES) related to the identification of lead-based materials at the ASDE Tower in Houston, Texas, under Project Number 109631-LS. TES analyzed paint chip samples for lead content, leading to the detection of significant levels of lead in certain materials. The results, submitted to an AIHA-accredited laboratory, indicate concentrations of lead at various sample locations, with one sample revealing a lead content of 43,000 ppm, classifying it as lead-based paint (LBP). TES recommends that any materials containing detectable levels of lead be treated in compliance with OSHA regulations. It emphasizes the necessity for trained workers to handle potential lead exposure situations and proper waste management in accordance with federal and state guidelines. The report underscores the importance of assessing and managing lead risks in the property, promoting public safety and adherence to environmental regulations. This project falls under federal guidelines related to lead safety in construction and environmental management, demonstrating the government's commitment to ensuring safe environments in federally supported projects. The findings and recommendations aim to mitigate health hazards associated with lead exposure during any construction or remodeling activities at the site.
The Surface Surveillance Systems Inspection Report for the IAH Remote site, dated April 7, 2022, assesses the condition and functionality of radar detection systems, primarily the ASDE-3 and related components. The evaluation aims to extend the operational life of antennas for up to 10 years and towers for up to 20 years while identifying necessary repairs to maintain compliance with safety and performance standards. The report recommends specific actions, including replacing the hatch support arm, repainting the tower, and addressing issues with waveguides and belly pans. It categorizes deficiencies into critical, moderate, and minor issues. Notably, the assessment identified critical structural concerns related to the tower's integrity and corrosion in the hoist and drive systems, indicating an urgent need for maintenance. The document is structured with detailed findings across various system components, including the tower, foundation, shelters, and electrical systems, reflecting a comprehensive approach to ensuring long-term functionality and safety. This inspection serves as a foundational input for decision-making regarding necessary repairs and upgrades, highlighting the government's commitment to maintaining essential surveillance infrastructure at aviation sites. Overall, the report underscores the imperative of timely maintenance for operational resilience and personnel safety.
Mar 13, 2025, 2:05 PM UTC
The document outlines a Contractor's Release form from the Department of Transportation, which formalizes the contractor's release of claims against the government upon receipt of specified payment amounts. It details the contractual obligations and stipulates exceptions for certain claims, such as those related to third-party liabilities and patent-related costs. The Contractor agrees to notify the Contracting Officer about any unreleased claims and to adhere to contract provisions concerning patents. The release is executed with witness acknowledgment or, for corporations, confirmation of authority from corporate officers. This document is essential for ensuring clarity in contractual relationships and liabilities in federally funded projects, aligning with regulations governing federal RFPs and grants.
Mar 13, 2025, 2:05 PM UTC
The document comprises fragmented information related to government RFPs (Requests for Proposals), grants, and local/state initiatives. Although the text appears heavily distorted and lacks clear structure, it hints at processes for project funding and resource allocation in public sectors. The central topic addresses the complexities of applying for federal grants and RFPs designed to facilitate various governmental projects, ranging from infrastructural improvements to community services. Key points include the necessity for agencies and organizations to comply with established guidelines while submitting proposals, ensuring eligibility, and addressing specific requirements of each funding opportunity. Potential applicants are advised to conduct detailed assessments of the available grants and RFPs relevant to their endeavors. Additionally, the document highlights the need for comprehensive planning and adherence to safety and regulatory protocols during the execution of funded projects, reflecting a broader commitment to transparency and accountability in government funding processes. This information emphasizes the ongoing importance of federal and state collaborations to enhance community welfare through effective project management and resource allocation.
Mar 13, 2025, 2:05 PM UTC
The document appears to be a corrupted or improperly formatted file, lacking coherent text or meaningful content. Consequently, it is challenging to determine a specific main topic or key ideas typically found in government RFPs, federal grants, and state or local RFPs. Conventional RFP documentation usually contains detailed project descriptions, eligibility criteria, funding allocations, project timelines, application processes, and evaluation metrics; however, these elements are not discernible in this document. Without identifiable sections or paragraphs that present structured information, the purpose and scope of the intended government offer remain obscured. A comprehensive analysis is not feasible due to the absence of coherent text or contextual relevance. In summary, this document fails to convey key information and appears to lack organization, making it impossible to summarize or analyze effectively within the context of government RFPs or grants.
Mar 13, 2025, 2:05 PM UTC
The government document outlines the structure and requirements of federal requests for proposals (RFPs) and grants intended to enhance community services and public welfare. It highlights the processes involved in submitting proposals, including eligibility criteria for applicants, particularly focusing on non-profit organizations and local governments. Key points include the need for detailed project plans, budget justification, and timelines that align with federal standards. The objectives are to ensure efficient use of funds, support innovation in community solutions, and promote equitable access to resources in pursuit of advancing public needs. Compliance with regulatory measures, safety guidelines, and community engagement practices is emphasized. Furthermore, the document stresses transparency and accountability in proposal assessments to foster trust and efficacy in the government's funding initiatives. This framework aims to provide guidance to prospective applicants, ensuring a comprehensive understanding of the expectations and procedures related to federal funding opportunities, ultimately supporting the overarching goals of improving societal services and infrastructure at various levels.
Mar 13, 2025, 2:05 PM UTC
This government document outlines the essential details necessary for offerors participating in federal Requests for Proposals (RFPs) and grants, particularly regarding their project experience. It specifies the required information for the Offeror, including company name, contact details, project status, and financial aspects such as contract value. The document also highlights the responsibilities of the offeror within the project and mandates the submission of project details such as title, location, and the project owner's contact information. Each project submission is prompted by a clear division into sections, asking for comprehensive descriptions alongside basic identification and financial criteria. The overarching aim is to structure and standardize submissions for easier evaluation under Solicitation for Information and Resources (SIR) guidelines. This ensures that potential offers meet stated project values and recency requirements, forming a basis for government agencies to assess capabilities and qualifications effectively.
Mar 13, 2025, 2:05 PM UTC
The document outlines the procedure for an upcoming site visit for the IAH ASDE Tower Paint project under Request for Proposal (RFP) number 6973GH-25-R-00115. Scheduled for April 3, 2025, from 10:00 AM to 12:00 PM CDT, attendance is mandatory through prior registration by April 1, 2025, at 10:00 AM CDT. Interested parties must register via email, providing their company name and a list of attendees, as security clearance is required. The exact meeting location for the site visit is provided: 18210 Aldine Westfield Rd, Houston, Texas 77032. For further inquiries, Mark Hughes is the designated contact person, with his direct phone line included. This site visit is essential for potential bidders to familiarize themselves with the project site, reinforcing the government's commitment to transparency and thorough applicant engagement in the procurement process.
Mar 13, 2025, 2:05 PM UTC
The FAA is soliciting bids for a construction contract to repaint the ASDE Tower and Shelters at Houston's IAH airport. The project is valued between $350,000 and $450,000, and is set aside for small businesses under the data classification NAICS 562910 (Remediation Services). Interested contractors must attend a mandatory site visit on April 3, 2025, and submit questions by April 9, 2025. Proposals are due by 5 PM CDT on April 15, 2025. The winning bidder will be determined based on the lowest price, following a comprehensive evaluation involving site inspections and compliance with safety and regulatory requirements. Contractors must also adhere to various federal regulations and guidelines, including obtaining necessary permits and preparing for inspections throughout the project duration. All work is expected to commence within 10 calendar days after receiving the Notice to Proceed and to be completed within 45 days. Additionally, special compliance with executive orders related to regulatory reforms may impact contract provisions. This solicitation reflects the FAA's commitment to ensuring high-quality service while promoting small business participation in federal contracting opportunities.
Similar Opportunities
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals 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 addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 10 April 2025
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small business contractors to replace flooring in the boiler room, chiller room, and ESU offices at the Houston ARTCC ZHU. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a total area of approximately 4,323.4 square feet. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and emphasizes compliance with federal and state regulations regarding hazardous materials, ensuring a safe and functional working environment. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.
(IIJA) SIR-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov.
Market Survey: The Federal Aviation Administration (FAA) has an upcoming requirement for crane support services with operator at the CRP ATCT in Corpus Christi, TX 78415.
Buyer not available
The Federal Aviation Administration (FAA) is conducting a market survey to identify potential vendors for crane support services with an operator at the Corpus Christi Airport Traffic Control Tower (ATCT) in Texas. The primary objective is to provide a mobile crane capable of safely lifting replacement cab glass and related materials to a height of approximately 110 feet, as part of a critical infrastructure maintenance project. This procurement emphasizes the importance of safety and efficiency in airport operations, requiring vendors to submit a capability statement detailing their services, past performance, and qualifications. Interested parties must respond by April 10, 2025, at 16:00 PM CDT, and direct their submissions to Bryon Nolan at bryon.r.nolan@faa.gov, including the Market Survey Identifier 6973GH-25-CRP in the email subject line.
FY25 Exterior Paint
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the FY25 Exterior Paint project at Dover Air Force Base, Delaware. The contractor will be responsible for providing all necessary design, labor, materials, tools, and equipment to repaint the exteriors of buildings 600, 635, and 921, adhering to the Air Force Whole Building Design Guide and DAFB Installation Facilities Standards. This project is crucial for maintaining the aesthetic and structural integrity of the facilities, with a contract value estimated between $100,000 and $250,000. Interested contractors must submit sealed bids by April 28, 2025, and are encouraged to attend a site visit on April 17, 2025, at 12:30 EST. For further inquiries, contact Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil or TSgt Joshua Brooks at joshua.brooks.14@us.af.mil.
Infrastructure Improvements at the RCLR in Parshall, CO
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for infrastructure improvements at the Radio Communications Link Repeater (RCLR) facility located in Parshall, Colorado. The project involves significant upgrades, including the abatement of hazardous materials such as asbestos and lead, installation of LED lighting, and refurbishment of flooring, all while ensuring compliance with federal safety and environmental standards. This initiative is critical for enhancing operational integrity and safety at the facility, which plays a vital role in aviation communications. Interested contractors must submit their proposals by April 11, 2025, at 12 PM MT, and are encouraged to direct any inquiries to Angela Layman at angela.layman@faa.gov by March 7, 2025.
6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
Buyer not available
The Department of Transportation, through 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, conducting corrosion control, and ensuring the structural integrity of guyed towers, with completion expected within 30 days of receiving a Notice to Proceed. This procurement is critical for maintaining communication infrastructure essential to USFS operations, and interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, with all inquiries directed to Tamara Maxwell at tamara.m.maxwell@faa.gov.