697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
ID: 697DCK-25-R-00133Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION697DCK REGIONAL ACQUISITIONS SVCSFORT WORTH, TX, 76177, USA

NAICS

Other Building Equipment Contractors (238290)

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 proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for bids concerning the Trolly Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site, facilitated by the Federal Aviation Administration (FAA). It outlines the project requirements, including labor, materials, and timeline, while following the Lowest Price Technically Acceptable (LPTA) bidding method. The estimated project cost lies between $25,000 and $50,000, with no performance or payment bonds required. Bidders must submit a price for each line item, and a single contract award will be made without split awards. Key milestones include a site visit and submission deadlines for bid proposals, which are due by February 21, 2025. Offers must comply with the requirements specified in the solicitation, and requests for information must be submitted before February 4, 2025. The contractor is bound to follow local, state, and federal safety regulations, maintain comprehensive insurance, and ensure compliance with various labor standards. The document serves to ensure a fair procurement process for the FAA while allowing for transparency and competition among businesses, particularly emphasizing adherence to applicable civil rights and labor standards. Overall, it reflects the FAA's commitment to executing necessary upgrades to its facilities effectively and responsibly.
    The document outlines wage determinations for construction projects in Broward County, Florida, under the Davis-Bacon Act, which mandates payment of minimum wage rates to workers. Effective from January 3, 2025, it specifies wage rates for various trades, including Asbestos Workers, Electricians, Operators, and Plumbers, with rates ranging from $12.79 for general laborers to over $53.50 for elevator mechanics, plus fringe benefits. It emphasizes the application of Executive Orders 14026 and 13658, requiring contractors to pay minimum hourly wages of at least $17.75 or $13.30, depending on contract dates. Additionally, the document highlights the appeals process for wage determination disputes and stipulates requirements for contractor compliance, including providing paid sick leave as per Executive Order 13706. Ultimately, this wage determination aims to ensure fair compensation and adherence to labor standards for federal construction contracts, contributing to worker protection in the state.
    The Federal Aviation Administration (FAA) has issued a Scope of Work (SOW) for the replacement of the trolley hoist at the Ft. Lauderdale ASR radar site. The contractor is required to provide essential equipment, labor, and supervision while adhering to specified hoist specifications, including an electric chain hoist with a 1-ton capacity. All materials must be submitted for FAA approval prior to commencing work. The project encompasses safety and health compliance, including submission of safety data sheets and adherence to OSHA regulations. Site access and coordination with FAA personnel are mandatory to avoid service disruption. The contractor must maintain cleanliness, ensure safety standards, and protect existing infrastructure from damage. A construction schedule detailing all activities is required within 15 days of contract award. The contractor will be responsible for obtaining necessary permits and compliance with local regulations. An acceptance inspection by the FAA will confirm the completion and condition of the worksite. This project reflects the FAA's commitment to maintaining operational efficiency and safety in essential services while adhering to federal procurement processes and standards.
    The Supplemental Offer Information document is designed for firms responding to federal government Request for Proposals (RFPs) or grants. It outlines the required company information, including firm name, address, phone number, and contact details. A substantial part of the document focuses on relevant work history, urging bidders to list at least three projects completed within the past five years that align with the scope of the acquisition. While previous experience with the US Government is not mandatory, it is advantageous. Specific sections seek detailed information on past work for the Federal Aviation Administration (FAA) and other government agencies, as well as similar projects outside the government that exemplify the firm's capabilities. The document also requires references from past projects that share similarities in scope and cost. This structure emphasizes the selection criteria based on experience and familiarity with government contracts, ensuring that only qualified firms with the potential to successfully fulfill the contract are considered. Overall, the document serves to streamline the evaluation process for government procurement by ensuring bidders demonstrate relevant experience and reliability.
    The document is a Past Performance Survey issued by the Federal Aviation Administration (FAA) for assessing a contractor's performance related to the Trolly Hoist Replacement Project at the Fort Lauderdale ASR Radar Site in Davie, FL. The survey is directed to a designated point of contact for their feedback on a contractor's past performance. It requests detailed information about the contractor, including contract specifics, descriptions of services, and performance ratings on various criteria from resource allocation to adherence to the Statement of Work. The survey utilizes a rating scale from 1 (Unsatisfactory) to 5 (Outstanding) across multiple performance areas, such as responsiveness, management effectiveness, compliance with safety requirements, and overall customer satisfaction. Additionally, it queries about any significant issues like cure notices, investigations, or terminations. The purpose of this survey is to collect objective data to inform future contracting decisions, reflecting the FAA's commitment to high performance standards in their projects. Timely completion is requested to ensure a prompt evaluation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for a Request for Information (RFI) regarding the assessment of the Crossett Flux scaffolding tower, which is owned by the U.S. Forest Service (USFS). The selected contractor will be responsible for a comprehensive evaluation, mapping, and structural analysis of the tower, ensuring compliance with national safety and engineering regulations, including OSHA standards and TIA-222 Rev. H guidelines. This assessment is crucial for determining the tower's viability for USFS use and identifying necessary maintenance efforts, with collaboration expected between the contractor, the FAA Logistics Center, and local USFS personnel. Interested parties can reach out to Raymond Lena at raymond.a.lena@faa.gov or Kristen Kendrick at kristen.n.kendrick@faa.gov for further details. The project will be funded by the FAA, and travel expenses will be reimbursed according to federal regulations.
    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 federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    SOLICITATION: Overhaul and repair of Rotary Couplers
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.
    *IIJA* ATLANTA AIR ROUTE TRAFFIC CONTROL CENTER Abate Rust, Remove Louvers and Infill on the ATL ARTCC Building Atlanta Air Route Traffic Control Center (ZTL)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract to abate rust, remove nonfunctional louvers, and infill openings at the Atlanta Air Route Traffic Control Center (ZTL) located in Hampton, Georgia. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, which has a budget between $50,000 and $100,000, within 30 days of receiving the Notice to Proceed (NTP). This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with safety standards and minimal disruption to FAA operations. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details, and must submit sealed offers by the designated deadline following a mandatory site visit scheduled for February 20, 2025.
    HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the HVAC, roofing, fascia, and fencing refurbishment project at the Memphis Radio Communications Air to Ground (RCAG) Site in Memphis, TN. The project aims to enhance critical infrastructure by applying a Silicone Roof Coating Restoration system to the existing metal roof, installing a new ductless HVAC system, and repairing the perimeter fence, all while ensuring compliance with federal safety regulations. This refurbishment is vital for maintaining operational readiness and infrastructure integrity at FAA facilities, with an estimated project cost between $50,000 and $100,000. Interested small businesses must submit their proposals within 14 days of the solicitation notice, and inquiries can be directed to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
    ARSR4 Data Extraction Assembly
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide materials and services for the ARSR-4 Data Extraction Assembly project. This procurement involves the modification and assembly of components critical to the Air Route Surveillance Radar (ARSR-4) system, ensuring compliance with federal standards and operational efficiency in aviation safety. The project emphasizes the use of Commercial-Off-The-Shelf (COTS) parts and includes specific requirements for packaging, labeling, and shipping of the assemblies to the FAA’s Logistics Center. Interested parties must submit their quotes by March 5, 2025, with a firm-fixed-price contract expected to be awarded shortly thereafter. For further inquiries, contact Scott Roberson at scott.roberson@faa.gov.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals from small businesses for the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Control Center in California. The project, funded under the Bipartisan Infrastructure Law, requires comprehensive design-build services, including safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations, adhering to local building codes and safety regulations. This initiative is crucial for enhancing infrastructure while ensuring compliance with safety standards and operational continuity for FAA personnel. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov, with the estimated project value ranging between $100,000 and $250,000.
    *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 located at the San Juan Combined EnRoute and Approach Control Facility (CERAP) in Puerto Rico. The project entails comprehensive renovations, including the relocation of appliances and furniture, demolition of specific walls, removal of flooring and fixtures, and installation of new cabinetry and flooring, all while adhering to safety standards and minimizing disruption to FAA operations. This refurbishment is part of the FAA's commitment to maintaining safe and functional facilities, with an estimated project cost between $100,000 and $135,000, and a completion timeline of 60 days post-Notice to Proceed. Interested contractors, particularly small businesses, should contact Stephen Branch at stephen.n.branch@faa.gov for further details and ensure compliance with all submission requirements outlined in the solicitation documents.