GNV TOWB Parking Lot Replacement
ID: 6973GH-24-R-00239Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES (Z2BZ)

Set Aside

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

    The Federal Aviation Administration (FAA) is seeking contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Air Traffic Control Tower (GNV ATCT) in Gainesville, Florida. The project aims to enhance site accessibility and functionality, including the installation of new infrastructure such as a gravel base, asphalt pavement, concrete sidewalks, and a loading dock, while ensuring compliance with federal standards and safety protocols. This initiative is funded by the Bipartisan Infrastructure Law (BIL), with an anticipated contract value between $250,000 and $500,000, and requires contractors to submit proposals by the specified deadline following a site visit scheduled for October 2, 2024. Interested parties can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Bid Bond process as part of federal government contracting, specifically for the Federal Aviation Administration (FAA). It provides essential details, including the obligations of the principal (the bidder) and the surety (the guarantor) in the context of submitting a bid. The Bid Bond serves as a security measure ensuring that the principal will fulfill the terms of the bid upon award. Key points include the requirement for the principal to execute further contractual documents within specified timeframes and the surety’s commitment to cover costs exceeding the bid amount if the principal fails to fulfill their obligations. The document also includes areas for the principal and sureties to sign, indicating their acceptance and understanding of the terms. Furthermore, it mentions the OMB Control Number, necessary for compliance with the Paperwork Reduction Act, emphasizing federal agencies' obligations to manage information collection responsibly. The document is structured to present both the procedural aspects of submitting a bid and the legal commitments involved in securing a Bid Bond, crucial for contractors wishing to engage in government projects.
    The document outlines standard specifications for asphalt paving as part of a project by the Federal Aviation Administration (FAA). It includes the processes for cold milling, hot-mix asphalt patching, paving, overlays, asphalt treatments, pavement markings, and installation of traffic-calming devices. Key elements include compliance with ASTM standards, submittals for material certification, and quality assurance, emphasizing qualifications for both manufacturers and installers. The document highlights necessary environmental conditions for paving, ensuring the sub-grade is dry and temperatures meet specific criteria. It details product requirements, including aggregates and asphalt materials, and provides procedural instructions for installation, compaction, and joint construction, ensuring durability and safety. Additionally, it mandates testing by qualified agencies to ensure adherence to specified requirements. This specification serves as a guideline for contractors in government-funded projects, ensuring the use of quality materials and techniques to achieve a robust and compliant asphalt paving infrastructure.
    The document outlines the standard specifications for cast-in-place concrete by the Federal Aviation Administration (FAA) for projects within the Eastern Service Area. It details the requirements for materials, mixing, placement, and finishing of concrete, specifically for footings, foundation walls, slabs-on-grade, and other concrete applications. Key sections include definitions of cementitious materials, necessary submittals for product data and test reports, and quality assurance measures involving installer and testing agency qualifications. The specifications emphasize compliance with ASTM, ACI, and AWS standards. The document covers concrete mixture designs, including strength requirements, water-cement ratios, and the use of admixtures. There are also guidelines for formwork, reinforcement, curing processes, and finishing methods to achieve specified surface tolerances. The primary purpose is to ensure the quality and durability of concrete construction in FAA projects while providing clear guidelines for contractors and project managers. This specification aims to standardize practices that adhere to safety and performance standards outlined in governmental contracts and RFPs, ensuring successful and compliant concrete installations in federal projects.
    The Federal Aviation Administration (FAA) document outlines the specifications for concrete paving within the Eastern Service Area, focusing on various applications such as driveways, roadways, parking lots, curbs, gutters, and walkways. It establishes requirements for materials, mixture design, construction processes, quality assurance, and project conditions. The document details the types of cementitious materials, aggregates, admixtures, and curing methods to be used, ensuring they meet specified standards. Key submittals include product data, design mixtures, and quality control reports. Quality assurance measures require manufacturers and testing agencies to meet established qualifications, emphasizing compliance with relevant ASTM standards. The document delineates strict parameters for examination, preparation, concrete placement, finishing, curing, and post-construction maintenance, ensuring durability and structural integrity of concrete installations. It also specifies precise tolerances for elevation, thickness, and surface alignment. This comprehensive specification is critical for ensuring consistent quality in federal projects and may serve as a reference for both federal grants and bids in local and state RFPs.
    The document outlines civil site plan notes for the GNV TOWB project, detailing various construction and remodeling actions to be undertaken. The primary goal is to enhance site accessibility and functionality through the installation of new infrastructure, including a 4-inch thick gravel base, additional asphalt pavement, concrete sidewalks, and a loading dock. Key features also include the installation of a new dock lift, the replacement of a gate operator, and the addition of new LED lighting and safety bollards. Existing features like the RTR Cable Vault will be adjusted, along with necessary repairs to concrete aprons and resurfacing of hardscapes. The file emphasizes the need to match new constructions with existing materials as closely as possible for aesthetic coherence. Accompanying photos document the site, serving as references for visual context and planning purposes. This project is significant in the context of local government RFPs, fostering infrastructure development while ensuring safety and compliance with established standards.
    The document pertains to a Request for Proposal (RFP) concerning civil site improvements for GNV TOWB, detailing the need for a new loading dock and sidewalk extension, along with the resurfacing of hardscapes such as concrete and asphalt. It also mentions the removal of old bollards as part of the project scope. Accompanying the proposal are numerous site photos labeled numerically, evidencing various aspects of the location relevant to the proposed enhancements. These visuals include images of signage, perimeter fence mounts, and wall face mounts, which may play a role in display or identification of the site. This RFP is indicative of local government efforts to upgrade infrastructure, improve public facilities, and ensure operational efficiency, thus reflecting a systematic approach to urban development and resource allocation.
    The document pertains to the GNV TOWB Parking Lot Replacement project, requiring contractors to provide experience information. Key elements include the contractor’s name, address, and details related to a specific contract/task order or purchase order, such as the number, dollar value, status (active or complete), and completion date if applicable. Contractors must also summarize the project title and location, describe their roles and responsibilities, and provide contact details of the project owner or manager, including their name, address, telephone number, and email. This form serves as a critical component of the proposal process for federal requests for proposals (RFPs), ensuring that contractors demonstrate their relevant experience and capabilities for effective performance on government-funded projects. The document is structured to facilitate a standardized collection of contractor information for evaluation purposes within the procurement process.
    The document outlines the Performance Bond, which serves as a contractual guarantee between the Principal (contractor) and the Surety (guarantor) for federal government contracts. The bond ensures that the Principal will fulfill their contractual obligations and pay applicable taxes as required by the Miller Act. If the Principal defaults or fails to comply with the terms, the Surety must cover the penal sum specified in the bond, ensuring financial protection for the government. Key components include the identification of the Principal's legal name and address, the state of incorporation, and detailed information about the Sureties involved. The document emphasizes that any modifications to the contract do not require additional notice to the Sureties. Additionally, the instructions for completing the bond are specified, including requirements for corporate seals, names, titles, and necessary evidence of authority for representatives signing on behalf of corporations. The document's structure consists of sections for the Principal and multiple Sureties, along with instructions for completion and a public burden statement related to information collection. Overall, this Performance Bond is crucial for the integrity of federal contracting processes, providing assurance that awarded contracts will be honored and that taxpayer interests are safeguarded.
    The document outlines the requirements for a Payment Bond related to federal contracts, specifically in compliance with the Act of August 24, 1935. It begins by identifying the type of organization (individual, partnership, corporation, or joint venture) and then requires detailed information on the principal and any sureties involved, including names, business addresses, and legal states of incorporation. The bond's penal sum is specified, ensuring that payment obligations are met to those providing labor or materials for contracted work. Important conditions state that the bond becomes void if the principal makes timely payments as required. Also included are instructions for executing the bond, requirements for corporate sureties, and information regarding individual sureties. The document contains a section for signatures and seals, confirming that the bond is duly executed. The Paperwork Reduction Act Statement emphasizes the necessity of having a valid OMB Control Number for the information collection process, highlighting compliance and reporting efforts. Overall, this document serves to facilitate the bonding process in government contracts, ensuring financial accountability and protection for subcontractors and material suppliers.
    The document outlines the solicitation for a construction project titled "GNV TOWB - Refurbish Parking Lot, Curb, Gutter, & Sidewalks" at Gainesville, Florida. The Federal Aviation Administration (FAA) requires responses from contractors looking to undertake refurbishment work with an anticipated cost range between $250,000 and $500,000. A site visit is scheduled for October 2, 2024, to review the work location. Bidders must submit their offers with certain guarantees, including performance and payment bonds. The successful contractor is expected to begin work within 5 calendar days of receiving the notice to proceed, completing the work within 30 days following that notice. The document emphasizes compliance with numerous clauses governing labor standards, environmental concerns (such as asbestos management), and the requirement for electronic submission of invoicing through the FAA’s Delphi platform. Additionally, it includes details about required certifications, including a commitment against using federal funds for lobbying activities. This comprehensive solicitation document serves as a critical tool for stakeholders involved in federal contracts, ensuring adherence to standards, timelines, and budget constraints.
    The Statement of Work outlines the refurbishment and replacement of the parking lot, curb, gutter, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. The project requires the contractor to comply with FAA regulations as well as local, state, and federal codes. Key components of the project include obtaining necessary permits, minimizing operational disruption during construction, maintaining safety protocols, and ensuring the facility remains operational throughout the renovation. The contractor must provide a project schedule detailing various phases of work, along with submittals for materials and equipment. The outlined work involves extensive construction activities including grading, resurfacing, and improving stormwater management systems. Special precautions related to safety are emphasized due to the facility's critical role in air traffic control. The document includes instructions for contractor responsibilities, FAA oversight, and a strict communication protocol to ensure compliance with project timelines and safety standards. Completion involves restoring all influenced areas to their original condition, including landscaping and site cleanliness. This comprehensive approach ensures that all work aligns with federal expectations, emphasizing both functionality and safety in public infrastructure.
    The government document outlines detailed specifications for the construction and renovation of sidewalks, concrete curbs, and gutters in compliance with federal standards, particularly focusing on Americans with Disabilities Act (ADA) requirements. Key components include the design of ramps, detectable warning strips, and proper joint filler usage at all concrete surfaces. Technical notes state necessary slopes for drainage, expansion joints, and requirements for concrete density and compaction. Specific manufacturer products, such as ADA Solutions for warning systems, are mentioned, emphasizing adherence to specifications for safety and accessibility. This document serves as a guideline for contractors involved in government-funded projects to ensure public facilities are effectively upgraded to meet mandatory accessibility standards and code compliance, critical for gaining approval in federal and local Requests for Proposals (RFPs) and grants.
    The Federal Aviation Administration (FAA) provides detailed instructions for completing the Uniform Bipartisan Infrastructure Law (BIL) Data Report. The report consists of five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab requires specific information related to contracts with prime contractors, including contact details, socio-economic status, contractual obligations, job control numbers (JCN), project locations, and budget allocations. In the Buy American tab, contractors must identify non-domestic purchases and their associated values. The Environmentally Friendly tab focuses on energy savings initiatives tied to the projects, requiring descriptions of the replaced products or technologies. The Subcontracting section outlines financial allocations to first-tier subcontractors across various socio-economic categories. Lastly, the Jobs Creation tab requires input on the number of full-time equivalents created by contractors and subcontractors, categorized by each JCN. This report ensures transparency and accountability in federal contracting under the BIL, supporting jobs, promoting American products, and fostering environmentally friendly practices. The report submissions should be directed to specified FAA email addresses for compliance and record-keeping.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SAV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the refurbishment and replacement of the parking lot, curbs, gutters, and sidewalks at the Savannah Hilton Head International Airport Air Traffic Control Tower in Savannah, Georgia. This project, which is anticipated to be funded by the Bipartisan Infrastructure Law, involves approximately 10,300 square yards of asphalt rehabilitation, pressure washing of hardscape surfaces, and installation of new materials, with a performance period of 90 days post-notice to proceed. The estimated contract value ranges from $500,000 to $1,000,000, and all interested contractors must submit their proposals by the extended deadline of October 18, 2024, while ensuring compliance with federal regulations and reporting requirements. For further inquiries, contractors can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    **BIL-FUNDED** SOLICITATION: REPAIR THE PARKING LOT AT THE LAURENCE G. HANSCOM FIELD (BED) AIR TRAFFIC CONTROL TOWER (ATCT) IN BEDFORD, MA.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the repair of the parking lot at the Laurence G. Hanscom Field Air Traffic Control Tower (ATCT) in Bedford, Massachusetts. The project involves comprehensive tasks such as the removal of existing asphalt, milling, and installation of new pavement, along with drainage adjustments and erosion control measures, all aimed at enhancing the facility's operational integrity. This competitive solicitation is set aside for small businesses, with an estimated contract value between $135,000 and $185,000, and proposals are due by November 1, 2024, at 4:00 PM Central Time. Interested contractors should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and are encouraged to attend a site visit scheduled for October 21, 2024.
    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 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 the contractor to provide comprehensive landscaping services, including routine lawn care and maintenance across multiple FAA facilities, with a performance period starting December 1, 2024, and extending through November 30, 2029, covering one base year and four option years. This procurement is crucial for maintaining the operational integrity and aesthetic standards of FAA facilities, with an estimated total contract value between $250,000 and $300,000 over the five-year period. Interested parties should direct inquiries to Matina Jackson at Matina.L.Jackson@faa.gov or Patricia Mogck at patricia.mogck@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the CHA ATCT Roof, Lighting, Grounding, and Bonding Replacement project at the Chattanooga Air Traffic Control Tower in Tennessee. The project involves the replacement of the roof and optimization of the Lightning Protection Grounding, Bonding, and Shielding (LPGBS) system to enhance the facility's resilience against severe weather, ensuring compliance with FAA standards. This initiative is part of the Bipartisan Infrastructure Law funding, with an estimated contract value between $100,000 and $250,000, and proposals are due by October 17, 2024. Interested contractors should contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further details and must acknowledge the recent amendment regarding the site visit, now scheduled for October 2, 2024.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and management to complete the work in accordance with the attached Statement of Work and federal regulations. This opportunity is set aside exclusively for small businesses, with a budget range between $25,000 and $50,000, emphasizing the importance of enhancing infrastructure for air traffic safety. Proposals are due by email by October 21, 2024, at 2 PM CST, and interested parties should contact Haylee Hildebrand at haylee.p.hildebrand@faa.gov for further information and to RSVP for a site visit scheduled for October 8, 2024.
    BVY ATCT Roof and HVAC Unit Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for the BVY ATCT Roof and HVAC Unit Replacement project located in Beverly, Massachusetts. The procurement involves the application of elastomeric roofing, replacement of HVAC units, and installation of electric unit heaters at the Beverly Air Traffic Control Tower, with a contract value estimated between $250,000 and $500,000. This project is critical for maintaining the operational integrity and safety of air traffic control facilities, reflecting the FAA's commitment to infrastructure improvement funded by the Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or 405-954-7739 for further information.
    Guam (ZUA) Airport Traffic control Tower Cab Replacement
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Aviation Administration (FAA) is seeking proposals from qualified architect-engineering firms for the replacement of the Air Traffic Control Tower (ATCT) Cab at Antonio B. Won Pat International Airport in Guam. The project involves designing and preparing bid documents for a new cab structure to address significant deterioration of the existing cab, which has suffered from severe corrosion and structural issues due to environmental conditions since the FAA took control in 1995. This initiative is critical for maintaining safety and operational effectiveness in air traffic management infrastructure, ensuring compliance with current safety codes and standards. Interested vendors must submit their proposals by January 22, 2025, and are encouraged to attend site visits scheduled for October 30 and 31, 2024; all inquiries should be directed to Katherine Fogle at katherine.fogle@faa.gov.
    Y1LZ--573-339 BB Expand Vertical Parking Garage #2 (Independence) Minor Construction - Gainesville VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Firm-Fixed-Price contract for the construction of the Expand Vertical Parking Garage 2 at the Gainesville VA Medical Center in Florida. This project involves the expansion of the garage to include additional levels, installation of pedestrian control grilles, elevated driveways, and various construction tasks such as paving, grading, and electrical work. The initiative is part of the VA's commitment to enhancing facilities for veterans and will be exclusively open to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project magnitude between $10 million and $20 million. The solicitation is anticipated to be released in early to mid-November 2024, and interested parties must direct inquiries via email to Sharese McKinney at Sharese.McKinney@va.gov, as telephone calls will not be accepted.
    SEEKING SOURCES FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for the demolition and construction of communication towers located in Fredericksburg, Texas (T82) and Plainview, Texas (PVW). The procurement aims to replace outdated communication infrastructure with new towers that meet modern safety and service standards, ensuring compliance with FAA regulations and various safety codes. This project is critical for enhancing the telecommunications capabilities essential for federal operations, with an emphasis on high-quality materials and adherence to engineering principles. Interested vendors must submit their statements of interest, including company capabilities and project-specific information, by 4:00 p.m. Central Time on October 11, 2024, to Josh Huckeby at joshua.d.huckeby@faa.gov.
    Replacement of the Sewage Lift Station and 2" Water Main & 3" Force Main Project- Montgomery Air Traffic Control Tower, Montgomery Regional Airport, Montgomery, AL
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the Replacement of the Sewage Lift Station and the 2" Water Main & 3" Force Main Project at the Montgomery Air Traffic Control Tower, located at Montgomery Regional Airport in Alabama. This project aims to replace existing infrastructure to ensure compliance with FAA regulations while maintaining uninterrupted operations during construction, utilizing trenchless pipe bursting methods and high-density polyethylene (HDPE) materials. The successful contractor will be responsible for all aspects of the project, including site assessments, obtaining necessary permits, and ensuring adherence to safety and environmental regulations. Interested vendors must submit their capability statements by October 18, 2024, to Regina Singleton at regina.singleton@faa.gov, with the formal Request for Proposals anticipated to be issued in October 2024.