Elwood, Il - Fence Replacement and Lighting (JOL) ARSR in Elwood, IL
ID: 25-21003734Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking bids for the Fence Replacement and Lighting project at the Joliet Air Route Surveillance Radar (JOL ARSR) facility in Elwood, Illinois. The project entails replacing the existing security fence and upgrading the lighting, with contractors required to provide all necessary materials, labor, and supervision as outlined in the attached specifications and drawings. This procurement is a total small business set-aside under NAICS code 236220, with an estimated contract value between $100,000 and $250,000, and is expected to be completed within 31 days from the notice to proceed. Interested contractors must submit their bids by April 4, 2025, and are encouraged to contact Jennifer Perry at jennifer.l.perry@faa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines an amendment to a solicitation related to the FAA, emphasizing critical procedural requirements for bid submissions. Key elements include the necessity for contractors to acknowledge the receipt of the amendment by a specified date to avoid rejection of their offers. A site visit is scheduled for March 20, 2025, and interested participants must register by March 13, 2025. Furthermore, the submission deadline for bids has been extended from March 19, 2025, to March 28, 2025. The amendment ensures that all involved parties remain informed about changes, maintaining compliance with procurement protocols. The document also includes administrative details such as contract identification, effective dates, and responsible contacts, reinforcing longstanding principles of transparency and due process in government contracting. Overall, this amendment serves to facilitate better communication and compliance among prospective bidders in a structured federal procurement process.
    The document outlines an amendment to a government solicitation, emphasizing the procedures for acknowledgment by contractors. Offers must acknowledge receipt of the amendment by specified methods, including returning completed items or sending a separate letter referencing the solicitation and amendment numbers. Failure to acknowledge this amendment before the specified deadline may lead to rejection of the offer. The amendment extends the submission deadline and includes responses to Requests for Information (RFI) submitted by vendors. Specific items such as the Contract ID, modification numbers, and effective dates are included, along with contact details for the FAA Aeronautical Center. The document serves to ensure compliance with procedural regulations in federal contracting, highlighting the importance of timely communication and acknowledgment in the procurement process.
    This document outlines an amendment to a solicitation, specifically addressing procedures for acknowledging receipt of the amendment and the implications for offer submission. Key points include the requirement for contractors to acknowledge the amendment before the specified deadline to avoid rejection of their offers. The amendment provides clarification on a previously issued Request for Information (RFI) and extends the bid submission deadline from March 28, 2025, to April 4, 2025, at 5:00 PM CT. Additionally, it updates the Wage Determination IL20250001, effective as of March 21, 2025. The document emphasizes the necessity of referencing the amendment and solicitation numbers in any communication from the contractors, ensuring compliance with federal procurement regulations. It serves to maintain a transparent and fair bidding process within federal and state procurement frameworks.
    The document outlines the procedures and requirements for acknowledging an amendment to a solicitation issued by the Federal Aviation Administration (FAA). Offerors must confirm receipt of the amendment prior to the specified deadline via designated methods, including completing specific items on the document or sending a separate communication referencing the solicitation and amendment numbers. Failure to do so may result in the rejection of their offer. The amendment provides clarity on responding to requests for information (RFIs) from vendors and updates information regarding the contractors involved. It specifies important administrative details, including revised dates for offer submissions. Furthermore, the document reaffirms that all other terms and conditions remain unchanged unless explicitly stated in the amendment. This amendment plays a crucial role in ensuring all potential contractors are adequately informed and compliant with the updated solicitation processes within the context of government contracting regulations.
    The Elwood, IL RFI outlines specifications and clarifications for a construction project involving lighting and fencing work. Key requirements include confirming no local permits are necessary, the orientation of new lighting fixtures, and clarifications on existing fence infrastructure. The document stipulates maintaining existing counterpoise systems, guidelines for ground rods, and mandates a third-party Ground Penetrating Radar (GPR) assessment near excavation sites. It emphasizes the necessity of an erosion and sediment control plan to protect existing drainage features during excavation. Additionally, the concrete specifications have been clarified to a 3000 psi mix, with wage determinations for electricians confirmed. The contractor is responsible for proper disposal of waste materials and site restoration, coordinating with the FAA’s quality control. Overall, the RFI provides essential guidance on technical specifications and contractor responsibilities to ensure compliance with FAA standards and effective project execution.
    The Elwood, IL RFI, dated March 31, 2025, addresses concerns regarding the proper spacing of ground rods for a security fence project. The document clarifies that, according to FAA-STD-019F, the nominal spacing for ground rods should be two to three times their length, suggesting a range of 20 to 30 feet, while current specifications indicate a spacing of less than 100 feet. This discrepancy is acknowledged during a site visit, where existing installations are found spaced at 30 feet, with ground rod resistance in Illinois ranging from 20 to 35 ohms. The report proposes whether chemical soil enhancements could allow adherence to the greater spacing requirements, potentially reducing excavation needs. The response indicates that while the original design followed the stringent requirements, the security fence might qualify for less strict standards if new data supports such a change. The document underscores the importance of alignment with FAA guidelines while adapting to site-specific conditions to optimize design and construction logistics.
    The Joliet Air Route Surveillance Radar (JOL ARSR) project in Elwood, Illinois, focuses on upgrading security measures through the installation of a new chain link security fence, a manual rolling gate, and enhanced lighting improvements. The contractor is responsible for demolishing the existing fence, installing the new perimeter fence with barbed wire, and ensuring proper grounding and bonding. The work is to be completed within 21 working days while coordinating with the FAA to minimize disruptions to operations. All installations must adhere to FAA standards, including specific equipment for lighting and signage. The contract emphasizes safety protocols, environmental assessments prior to demolition, and strict reporting on project progress. The contractor is also required to maintain site cleanliness, manage waste responsibly, and provide warranties and contact information for maintenance after project completion. Overall, this specification outlines clear contractual responsibilities, safety measures, and operational standards critical to ensuring a secure and compliant facility upgrade.
    The document outlines a comprehensive guide for federal and state agencies regarding the procurement process for government RFPs (Requests for Proposals) and grants. It emphasizes the importance of transparency, accountability, and fairness in awarding contracts and distributing funds. Key topics include the roles of different stakeholders in the procurement process, criteria for proposal evaluations, and guidelines for effective communication between agencies and potential bidders. Additionally, the document discusses the necessity of compliance with federal regulations and grant requirements to ensure the responsible use of public funds. Overall, this guide aims to streamline the procurement process, enhance competition among vendors, and promote efficient government operations while prioritizing integrity and social responsibility in public spending.
    The Elwood, IL RFIs document addresses various specifications and requirements relating to the grounding and electrical systems for a construction project. Key points include clarification on grounding rod spacing, submittal processes, and the need for specific equipment installations. Ground rod spacing should not exceed 100 feet, following FAA-STD-19G standards. Contractors should submit electronic copies of most documents, with hard copies necessary only for certain reports. The project entails the replacement of 42 lighting fixtures, utilizing existing wiring, and no new electrical provisions for manually operated gates. It is confirmed that the existing grounding system cannot be reused. Insurance requirements mandate payment and performance bonds for bids over $150,000. Additionally, the contractor must demo the existing fence, including footings, and may proceed with the entire demo at once. This file consolidates crucial technical guidance for contractors to ensure compliance with project specifications and regulatory standards, vital in the context of government RFPs and federal grants.
    The document outlines the procedures and guidelines for using new panel schedules in Excel, designed for compatibility with AutoCAD. Key features include automatic load recalculation, smaller unit panels, interactive descriptions, and clear calculations for panel requirements. The instructions detail the setup and modification processes within both the Excel spreadsheet and AutoCAD environment, emphasizing the importance of careful handling of data to avoid errors or loss. It also describes the functionality of transferring loads between panels, hiding and unhiding rows for better visibility, and copying information for seamless transitions between single-phase and three-phase panels. Additionally, the document touches on requirements for font installation and display resolution to ensure proper functioning. The government estimate section provides a rudimentary template for cost estimation, listing various construction-related expenses without specific details filled in. Overall, this guide aims to assist engineers and technicians in effectively utilizing panel schedules for electrical planning while conforming to federal and local project standards.
    The provided document outlines a comprehensive cost estimate for a construction project involving installation, selective demolition, and general conditions associated with new construction work. Key components include detailed line items for labor hours, equipment, and various materials while highlighting costs for site mobilization, travel, and temporary facilities like restrooms. It emphasizes major demolition activities, installations tasks, and equipment rentals, although specific numbers and tasks are yet to be filled. The subtotal is calculated without specific amounts, followed by applied profit margins, overhead, and insurance costs. The document serves as a preparatory estimate, indicating the necessity for a structured approach to budgeting within government RFPs and grants, ensuring all facets of the project are accounted for in a systematic manner. Ultimately, it provides a framework for financial assessment crucial for compliance and operational planning in federally funded projects. This estimate template is integral to ensuring transparency and effective allocation of resources in public infrastructure initiatives.
    The document outlines wage determinations related to landscaping work on federal construction projects in Illinois, specifically under the jurisdiction of the Davis-Bacon Act. It establishes prevailing wage rates for various worker classifications across multiple counties, detailing both the base pay and fringe benefits required for roles such as Landscape Equipment Operators, Landscape Laborers, and Truck Drivers. These rates are affected by Executive Orders that mandate minimum wages based on contract dates. The document lists specific wage rates, applicable benefits, and paid holidays, emphasizing compliance with federal requirements aimed at protecting workers' rights. Significant focus is given to the classification system for different job roles and the necessity for contractors to submit requests for any unlisted job specifics. Overall, the purpose of the document is to communicate regulatory wage standards essential for contractors participating in landscaping-related construction work funded or facilitated by federal and state programs.
    The document appears to be a fragmented and corrupted file containing government-related information, possibly involving requests for proposals (RFPs) and grants at various levels including federal, state, and local. The main purpose likely revolves around procurement or funding opportunities for agencies and organizations. Throughout the text, there are indications of guidelines for submissions, project scopes, compliance requirements, and perhaps criteria for evaluation. Additionally, it suggests a focus on environmental safety and hazard assessments, as indicated by references to health risks and compliance with regulations. The disjointed and garbled nature of the document hinders a comprehensive understanding of specific details or structured context, pointing to a need for critical review and reconstruction of the content to clarify the intended messages regarding financial opportunities and procedural obligations in government projects. This summary emerges within the limitations of the provided text, making it challenging to ascertain a complete narrative or directive.
    Lifecycle
    Similar Opportunities
    FCI Marion - Replace High Mast Light #4
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    FLOSSMOOR ROAD VIADUCT STORM SEWER IMPROVEMENTS, FLOSSMOOR, COOK COUNTY, ILLINOIS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Flossmoor Road Viaduct Storm Sewer Improvements project in Flossmoor, Cook County, Illinois. This project aims to address significant flooding issues at the Flossmoor Road viaduct by constructing approximately 500 linear feet of a new 72-inch diameter trunk line storm sewer, along with necessary restoration work on pavement, sidewalks, driveways, and parkways. The estimated construction cost ranges from $1,000,000 to $5,000,000, with the solicitation package expected to be advertised in the first quarter of Fiscal Year 2026. Interested small business contractors must register in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or call 312-846-5378, and include the solicitation number W912P626BA008 in all correspondence.
    183 CES Replace Security Forces Squadron Generator
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    Fish Barrier Admin Wing and Bathroom Remodel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    Matador Manor Streetlights
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 341st Contracting Squadron, is seeking sources for the removal and replacement of streetlights, poles, and concrete bases at Malmstrom Air Force Base (AFB) in Montana. The project includes the installation of new circuits, conduits, conductors, and connections to existing transformers, with conduits to be installed via directional drilling. This procurement is a 100% Small Business set-aside under NAICS code 237130, with an estimated contract value between $500,000 and $1,000,000, aimed at engaging small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB) as prime contractors. Interested parties must submit their business information, including small business status and Cage Code/UIE, to 1st Lt Alessandra Ramirez by December 9, 2025, to be considered for this opportunity.
    Perimeter Fence Replacement at FCI Loretto
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for the Perimeter Fence Replacement project at the Federal Correctional Institution (FCI) Loretto in Pennsylvania. This project entails the complete replacement of approximately 7,580 linear feet of perimeter fencing, including the installation of line posts, fence fabric, razor ribbon, gates, and concrete walkways, with a performance period of 924 calendar days from the notice to proceed. The contract is a total small business set-aside, with an estimated project magnitude between $10 million and $25 million, and interested contractors must submit their bids electronically by December 22, 2025, at 11:00 a.m. PST. For further inquiries, bidders can contact Joshua Cortez at j2xcortez@bop.gov or by phone at 623-465-5130.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.