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
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Amend A0001: ZID ARTCC Door and Hardware Replacements-Indianapolis
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center. The project entails replacing and installing doors and hardware at five openings, ensuring compliance with accessibility and security standards, and includes specific requirements for various door types and hardware components. This opportunity is set aside for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested contractors should direct inquiries to Connie Houpt at connie.m.houpt@faa.gov and are encouraged to attend a site visit on November 25, 2025.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Screening Information Request (SIR) 697DCK-25-R-00302, aimed at establishing a strategic sourcing contract for the acquisition of various IT supplies and equipment under the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) initiative. This procurement encompasses a wide range of commercial products, including hardware and software, to support the FAA's IT infrastructure, with a focus on enhancing efficiency and reducing costs across the Department of Transportation. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a maximum cumulative ceiling of $4.1 billion, and is set to favor small businesses through a partial set-aside. Proposals are due via email by January 16, 2026, with all inquiries directed to Dawn Bloome at Dawn.A.Bloome@faa.gov or Kristin Frantz at Kristin.T.Frantz@faa.gov.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.