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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Feb 21, 2025, 10:00 PM UTC
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.
Jan 17, 2025, 9:05 PM UTC
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.
Jan 17, 2025, 9:05 PM UTC
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.
Jan 17, 2025, 9:05 PM UTC
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.
Jan 17, 2025, 9:05 PM UTC
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
Solicitation
Similar Opportunities
SOLICITATION: GUY TENSIONING OF THE EDDY, RIVER FOREST, AND SUMATRA REPEATER TOWERS AT MULTIPLE NATIONAL FORESTS IN FLORIDA.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in various national forests in Florida. The project involves essential maintenance tasks such as guy system tensioning, minor repairs, and installation of grounding systems to ensure the structural integrity and safety of the communication towers, which are vital for forestry operations. This competitive solicitation is set aside for small businesses, with proposals due by April 28, 2025, and the contract will be awarded to the lowest priced eligible offeror. Interested parties should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and ensure compliance with all submission requirements outlined in the solicitation documents.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested contractors must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
SOLICITATION SOLICITATION: GUY TENSIONING OF THE HUGER REPEATER TOWER IN THE FRANCIS MARION AND SUMTER FOREST NEAR HUGER, SC.
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the guy tensioning and repair of the Huger Repeater Tower located in the Francis Marion and Sumter Forest near Huger, South Carolina. The project requires contractors to provide all necessary labor, tools, and materials to complete the work within 30 days of receiving a Notice to Proceed, adhering to the specifications outlined in the attached Statement of Work. This initiative is critical for maintaining communication infrastructure essential for aviation operations and forest management. Interested small businesses must submit their proposals by April 15, 2025, with a scheduled site visit on April 2, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. The project requires the removal of existing doors and the installation of new ones, adhering to specified dimensions and safety standards, with a completion timeline of 30 days following the Notice to Proceed. This procurement is crucial for maintaining operational safety and efficiency at the airport, and it is set aside exclusively for small businesses, with the contract awarded to the lowest priced, responsive offeror. Interested parties must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
6973GH-25-R-00093 - USFS GUY TENSIONING GOLDEN POND - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning, minor repairs, and grounding installations on USFS tower assets located at three sites: Winona Repeater in Arkansas, Golden Pond in Kentucky, and Cass Repeater in Arkansas. The project aims to ensure the operational integrity of these critical communication facilities by addressing maintenance and infrastructure issues in compliance with federal standards. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits on April 14 and 15, 2025, to assess the work requirements. For further inquiries, potential bidders can contact Tamara Maxwell at tamara.m.maxwell@faa.gov.
USAARL Hoist Replacement
Buyer not available
The Department of Defense, through the U.S. Army Aeromedical Research Laboratory (USAARL), is seeking qualified vendors for the replacement of an outdated hoist at its facility in Fort Novosel, Alabama. The procurement involves the removal of the existing 2-ton Yale overhead hoist and the installation of a new 2-ton H4 hoist, ensuring compliance with safety and operational standards, including OSHA regulations. This project is critical for safely lifting and positioning heavy research equipment, thereby supporting ongoing aeromedical research efforts. Interested vendors are encouraged to submit a capabilities statement by April 11, 2025, to Marc L. Mitchell at marc.l.mitchell.civ@health.mil, as this opportunity is part of a preliminary information-gathering process with no commitment to procure services at this stage.