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
    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 Houston Airport (IAH). The project aims to address significant lead-based paint (LBP) concerns and ensure compliance with safety and environmental regulations, emphasizing the importance of maintaining aviation infrastructure. The contract, valued between $350,000 and $450,000, is set aside exclusively for small businesses, with proposals due by April 21, 2025, at 5:00 PM CDT. Interested contractors must attend a mandatory site visit on April 3, 2025, and direct any inquiries to Bryon Nolan at bryon.r.nolan@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The IAH ASDE Tower Paint project, referenced by SIR #6973GH-25-R-00115, addresses the need for repainting the tower, including lead-based paint (LBP) abatement. Key clarifications include the absence of available tower drawings, confirmation of more than 10% coating failure, and the necessity for contractors to possess QP-2 certification. Site specifics confirm that while the elevator must remain operational, it cannot be used by contractors, and there is no on-site water available. The site can accommodate weekend work, and a 40x40 staging area for facilities and waste is available inside the gates. The FAA will accept alternative methods for LBP abatement, such as encapsulation, but full precautions for lead are required. Additionally, the previously specified coating material is discontinued, with Sherloxane 800 approved as a replacement. Overall, the project emphasizes regulatory compliance for lead management and defines operational parameters for contractors, ensuring a safe and effective restoration process.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document outlines an amendment to a solicitation, specifically concerning a contract associated with the FAA Aeronautical Center. The primary purpose of this amendment is to address responses to Requests for Information (RFIs) and to extend the proposal submission deadline from April 15, 2025, to April 21, 2025, at 1700 CDT. The amendment requires contractors to acknowledge receipt, and it provides guidance on how to submit changes to proposals already in progress. Additionally, the document details changes to the associated attachments that have been revised or added, including essential documents such as the Scope of Work, Lead Report, and Contractors Release Form. Each attachment is carefully listed with its title, date, and number of pages to ensure clarity for the contractors involved. Overall, this amendment serves to enhance communication and clarity regarding the solicitation process, ensuring participants have ample time and accurate information to prepare their proposals.
    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
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    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.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    183 CES Paint Munitions Buildings 143 & 154
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking a contractor to provide painting services for Munitions Buildings 143 and 154 located in Springfield, Illinois. The project aims to address widespread corrosion on the exterior of both buildings, requiring the contractor to supply all necessary materials, labor, and equipment to prepare, clean, and paint the buildings, including applying two final coats of paint. This contract is set aside entirely for small businesses, with a total estimated value of less than $25,000, and is expected to be awarded within a 30-day period following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register in the System for Award Management (SAM) to participate, with the solicitation anticipated to be issued in early May 2025.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    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.
    Potential Sources for FAA-145 Certified Aircraft Paint Services in Support of the HC-144 and HC-27J Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential sources for FAA-145 certified aircraft paint services to support the HC-144 and HC-27J aircraft. The procurement involves comprehensive services including preparation, scuffing, sanding, stripping coatings, and externally painting the aircraft, with specific requirements for both scuff and strip options to be completed within designated timeframes. This initiative is crucial for maintaining the operational readiness and aesthetic standards of the aircraft fleet. Interested vendors must submit their capabilities, including company details and relevant certifications, by January 9, 2026, at 4:00 p.m. EST, and can direct inquiries to Mr. Steven Goodwin at steven.a.goodwin@uscg.mil.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.