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 soliciting bids for the Elwood, Illinois Fence Replacement and Lighting project at the Joliet Air Route Surveillance Radar (JOL ARSR) facility. The project entails the installation of a new chain link security fence, a manual rolling gate, and enhanced lighting, requiring the contractor to demolish the existing fence and ensure compliance with FAA standards throughout the process. This initiative is crucial for upgrading security measures at the facility, which plays a vital role in air traffic management. Interested small businesses must submit their bids by March 28, 2025, following a mandatory site visit on March 20, 2025, and can direct inquiries to Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.

    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 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 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.
    Lifecycle
    Similar Opportunities
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and safety regulations. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit their sealed bids by the deadline of March 17, 2025, with an estimated project budget between $1 million and $2 million. For further inquiries, contact Josh Huckeby at joshua.d.huckeby@faa.gov.
    PVD ATCT Gate and Component Relocation - "IIJA" (Infrastructure Investment and Jobs Act)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island. The project involves relocating an existing 20-foot vehicle security gate, installing a new 18-foot ingress gate, and enhancing associated fencing and access controls to improve security at the Air Traffic Control Tower. This procurement is critical for maintaining secure and efficient air traffic operations, with a contract value anticipated between $100,000 and $250,000. Interested contractors must submit their proposals by March 28, 2025, and are encouraged to attend a mandatory site visit scheduled for February 19, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    *IIJA* ZTL Abate Rust, Remove Louvers and Infill
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "IIJA ZTL Abate Rust, Remove Louvers and Infill" at the Atlanta Air Route Traffic Control Center in Hampton, Georgia. The project involves the removal of two nonfunctional louvers, extensive rust abatement on adjacent brick walls, and infilling the openings with materials that match existing structures, all while ensuring minimal disruption to FAA operations. This procurement is crucial for maintaining the integrity and safety of the facility, with a contract value anticipated between $50,000 and $100,000. Interested contractors must submit their proposals by April 4, 2025, and are encouraged to contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739 for further details.
    PKA - Repair Flightline Gates Travis AFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of flightline gates at Travis Air Force Base, California. This project, classified as a Firm-Fixed Price contract, is exclusively set aside for small businesses and involves the demolition of existing gate components, installation of new rail-driven gate operators, and integration of updated security features. The estimated contract value ranges from $500,000 to $1,000,000, with sealed bids due by 11:00 AM on April 4, 2025, and inquiries for clarification must be submitted by March 17, 2025. Interested contractors can reach out to Karly Zamiar at karly.zamiar@us.af.mil or Rory Gardner at rory.gardner@us.af.mil for further information.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of the roof and resealing of the building envelope at the Air Traffic Control Tower (ATCT) located in McAllen, Texas. This project involves comprehensive civil, architectural, and mechanical work, including the installation of new roofing systems, HVAC units, and lead paint remediation, all while ensuring minimal disruption to FAA operations. The contract is part of the Bipartisan Infrastructure Law funding, with an estimated value between $1 million and $5 million, and requires contractors to be registered in the System for Award Management (SAM). Key deadlines include a mandatory site visit on December 17, 2024, with proposals due by January 27, 2025. Interested parties can contact Elisha Distler at elisha.distler@faa.gov or by phone at 817-222-4196 for further information.
    Converting MVSS-R EchoShield Variant to MVSS-R SR-Hawk Variant
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for the conversion of a Mobile Video Surveillance System-Radar (MVSS-R) EchoShield variant to an SR-Hawk variant for U.S. Customs and Border Protection (CBP). The project entails the modification and installation of a new SR-Hawk radar, necessary cabling, and mounting hardware, along with adjustments to the Single Access Positioner (SAP) to ensure compatibility with the new radar system. This initiative aims to enhance border security capabilities through upgraded surveillance technology, with the government providing the MVSS-R EchoShield truck for the conversion. Interested vendors must submit their responses by 4:00 p.m. CST on March 27, 2025, to Jason Perry at jason.m.perry@faa.gov, including "6973GH-25-R-MVSS – CBP MVSS-R Echo Shield Radar Conversion - MARKET SURVEY" in the subject line.
    Fermilab - Replacement of two Pedestrian Gates with Access Controlled Gates
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the replacement of two pedestrian gates with access-controlled gates at the Fermi National Accelerator Laboratory in Batavia, Illinois. The project involves the removal of existing gates and the installation of custom electrically lockable gates equipped with card access systems, emphasizing safety and compliance with technical specifications. This initiative is crucial for enhancing security measures at Fermilab while ensuring minimal disruption to ongoing operations. Interested parties must submit their proposals by March 31, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE CAFETERIA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the cafeteria at the ZSU Combined EnRoute and Approach Control (CERAP) facility located in San Juan, Puerto Rico. The project involves relocating existing equipment, removing old fixtures, and installing new cabinetry, sinks, and appliances, while ensuring compliance with safety standards, including the Americans with Disabilities Act (ADA). This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and aims to modernize FAA facilities, emphasizing environmentally friendly construction practices. Interested small businesses must submit their proposals by March 28, 2025, with a contract value estimated between $100,000 and $135,000. For further inquiries, potential bidders can contact Stephen Branch at stephen.n.branch@faa.gov.
    RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Infrastructure Investment and Jobs Act (IIJA). The project involves significant construction work, including the replacement of the slide gate at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon receiving a notice to proceed. This initiative is crucial for maintaining safe operational environments for air traffic management and ensuring compliance with FAA standards. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR- AMENDED 3.14.2025
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the refurbishment of the Women’s Restroom and Men’s Shower Area at the ZSU Combined En Route Radar Approach Control (CERAP) facility in San Juan, Puerto Rico. The project entails extensive renovations, including the removal and installation of plumbing fixtures, wall tiles, and drywall, while ensuring compliance with the Americans with Disabilities Act (ADA) and maintaining operational integrity during construction. This competitive solicitation is set aside exclusively for small businesses, with a firm fixed price contract anticipated to be awarded to the lowest responsive and responsible offeror by March 28, 2025. Interested parties must submit proposals by email to Nina Musser at nina.j.musser@faa.gov, ensuring all required documentation is completed, including the Experience Information Form, by the specified deadline.