Fire Alarm/Fire Life Safety Systems Replacement - MCI ATCT (Kansas City, MO.)
ID: 697DCK-24-R-00546Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS (Z2BA)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking contractors for the replacement of fire alarm and fire life safety systems at the MCI Air Traffic Control Tower in Kansas City, Missouri. This project aims to enhance safety and compliance with relevant safety codes, including OSHA and NFPA regulations, and is estimated to fall within a construction budget of $500,000 to $1,000,000. The awarded contractor will be responsible for implementing new fire detection systems, modifying existing fire suppression mechanisms, and ensuring thorough documentation and certification of all installed systems. Interested parties must submit their offers by September 18, 2024, following a mandatory site visit on September 4, 2024, with pre-registration required by August 30, 2024. For further inquiries, contact Mark Salum at mark.salum@faa.gov or call 206-231-3016.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) has outlined specifications for the Fire Protection and Life Safety Upgrade of the Airport Traffic Control Tower (ATCT) at Kansas City International Airport (MCI) with a completion timeline of 150 days. The project involves deploying new fire detection systems, modifying existing fire suppression mechanisms, adding fire-rated access structures, and sealing penetrations to enhance safety and compliance with relevant safety codes and standards, particularly OSHA and NFPA regulations. The contractor is required to submit draft and final work plans detailing risk management, safety protocols, construction scheduling, and quality assurance. Review and approval by FAA representatives during construction are mandatory to ensure compliance with specifications. All installed systems must be certified, tested, and documented thoroughly. The FAA emphasizes teamwork and daily coordination with contractors to minimize operational disruption at the active airport facility, alongside training FAA personnel on the systems post-installation. This upgrade project reflects the FAA's commitment to improving infrastructural safety and operational efficiency at key airport facilities.
    This document comprises a series of digital signatures from Michelle C. Sherman and Nancy Jimenez, dated between August 1 and August 7, 2024, indicating their oversight or approval of certain government-related tasks or documents. The repetitive nature of the signatures suggests diligence in official procedures, possibly related to federal grants or responses to requests for proposals (RFPs). Each signature is timestamped, showcasing a systematic approach to document management and compliance with protocols. However, the nature of the documents signed and the specific contexts of the approvals are not disclosed, leaving the purpose ambiguous. The file appears to reflect standard administrative processes within federal or state agencies, emphasizing accountability and proper record-keeping in government operations.
    The document outlines wage determination applicable to building construction projects in Platte County, Missouri, as part of the Davis-Bacon Act. It stipulates minimum wage requirements based on Executive Orders 14026 and 13658, effective for contracts awarded after specified dates. Specifically, for contracts effective in 2024, workers must be paid at least $17.20 per hour under EO 14026 or $12.90 per hour under EO 13658, depending on contract dates. The document details classified wage rates for various construction roles, including laborers, electricians, and plumbers, summarizing their rates and fringe benefits. It also provides a process for disputing wage rates and classifications through the U.S. Department of Labor. The information ensures compliance with federal regulations, emphasizing worker protections such as paid sick leave as per Executive Order 13706. Overall, this wage determination serves to guide contractors in complying with federal wage standards, fostering fair labor practices in federally funded construction projects, and ensuring protection of workers’ rights in Missouri.
    The Federal Aviation Administration has issued a Past Performance Survey for the evaluation of contractors responding to RFP 697DCK-24-R-00546. This survey is essential for assessing the past and current performances of offerors. Respondents must fill out various sections, including personal contact information, contractor details, and contract specifics such as type, value, and completion dates. The evaluation utilizes a rating scale to assess ten performance elements, including the contractor's understanding of technical requirements, problem resolution, resource management, personnel skills, delivery adherence, and compliance with contract terms. Comments accompanying the ratings are encouraged for a comprehensive understanding of performance. The survey is classified as "FOR OFFICIAL USE ONLY - SOURCE SELECTION SENSITIVE WHEN COMPLETED," indicating that the information gathered will significantly influence contractor selection in federal procurement processes. Overall, this document reflects the government's commitment to thorough evaluation and accountability within its contracting procedures.
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) has issued a Request for Offers (RFO) for the replacement of Fire Alarm/Life Safety Systems at the MCI Air Traffic Control Tower in Kansas City, MO. The project is classified under NAICS code 238210 and is expected to fall within a construction budget of $500,000 to $1,000,000, open for full and open competition. Interested contractors must submit offers by September 18, 2024. A mandatory site visit is scheduled for September 4, 2024, and attendees must pre-register by August 30, 2024. The awarded contractor will need to provide performance and payment bonds, obtain adequate insurance, and may be subject to security screening for facility access. Specific submission requirements and evaluation criteria are outlined in the solicitation package, emphasizing the need for compliance with various federal regulations, including adherence to labor laws and safety standards. This solicitation reflects the FAA’s commitment to enhancing safety infrastructure while ensuring transparency and competitiveness in federal contracting processes.
    The document pertains to an amendment of a solicitation for a Fire Life Safety Upgrade project at Kansas City International Airport. Issued by the Federal Aviation Administration (FAA), it modifies an earlier solicitation to respond to Requests for Information (RFIs) and updates the deadline for proposals to September 27, 2024. Key clarifications provided in the document include project timelines, specification adjustments, and requirements for personnel roles during the project execution. Significantly, the scope extends the project completion time to 270 calendar days post-Notice to Proceed (NTP) and indicates that certain roles, such as the Superintendent and Safety and Health Officer, should not be combined in one individual due to project complexity. The document also outlines critical health and safety protocols, including asbestos management, employee health measures, personal protective equipment requirements, and hazard communication guidelines. Overall, this amendment emphasizes the importance of clear communication, comprehensive planning, and adherence to safety standards during the project implementation, aligning with government contracting practices in maintaining transparency and due diligence.
    Lifecycle
    Similar Opportunities
    Fire Maintenance Services at Multiple locations within the Indianapolis District
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide fire maintenance services at three critical locations: the Columbus Air Traffic Control Tower in Ohio, the Indianapolis Air Traffic Control Tower, and the Indianapolis Air Route Traffic Control Center in Indiana. The procurement aims to ensure compliance with National Fire Protection Association standards through comprehensive inspection, testing, and maintenance of fire alarm systems, sprinkler systems, and fire extinguishers, thereby enhancing safety at these aviation facilities. The contract will span a base year with four optional renewal years, with proposals due by September 20, 2024, at 5:00 PM CST. Interested contractors should direct inquiries to Randie Thornton at randie.n.thornton@faa.gov and are encouraged to attend optional site visits scheduled for late August 2024.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors for exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT). The project involves various repair tasks, including repainting exterior doors and replacing damaged soffits, with an estimated contract value between $100,000 and $200,000. This procurement is crucial for maintaining the operational integrity and safety of air traffic management facilities. Interested vendors must submit their proposals by September 17, 2024, at 12 PM MST, and can direct inquiries to Angela Layman at angela.layman@faa.gov.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the installation of Instrument Landing Systems (ILS) at general aviation airports in Kansas, Illinois, or Indiana. The procurement involves replacing a MK1D ILS with an ILS-420 system, with the FAA potentially awarding up to three individual contracts for this work. This project is critical for enhancing navigational safety and efficiency at the selected airports, reflecting the FAA's commitment to maintaining high standards in aviation infrastructure. Interested vendors must submit their proposals by the specified deadlines, with questions directed to Richard J. Simons and Haben Woldemichael via email by September 10, 2024. The total potential value of the contracts is estimated at $1.7 million, covering a base period of four months and five option periods not exceeding four years.
    Milwaukee ATCT - Minor HVAC Work
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking contractors for minor HVAC work at the Milwaukee Air Traffic Control Tower (ATCT) in Wisconsin. The project involves replacing HVAC ductwork and a fresh air damper, with a total estimated project size of less than $75,000. This work is crucial for maintaining the operational efficiency and comfort of the ATCT facility, ensuring compliance with federal standards and regulations. Proposals are due by September 20, 2024, at 12 PM MST, and interested parties should submit their offers via email to Angela Layman at angela.layman@faa.gov. Additionally, contractors must adhere to the Davis-Bacon Act wage determinations and acknowledge any amendments to the solicitation to ensure compliance with the updated procurement process.
    Replace 2 HVAC Units at CLT ATCT in Charlotte, NC
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified small business HVAC contractors to replace two HVAC units at the Charlotte Air Traffic Control Tower (CLT ATCT) in Charlotte, North Carolina. The project requires contractors to provide all necessary labor, materials, supervision, and transportation, with a contract performance time of 14 calendar days following the issuance of the Notice-to-Proceed. This procurement is a Total Small Business Set-Aside, with an estimated contract value between $150,000 and $250,000, and the Request for Proposal Package is expected to be available in late September 2024. Interested contractors should submit their requests for the proposal package to Tony Bryant at Tony.W.Bryant@faa.gov by 5:00 PM (CST) in September 2024.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    Amendment 0002: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting offers for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and updating the keying system, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal guidelines, including the Buy American Act and Davis-Bacon Act. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    **BILL FUNDED** Refurbish Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to refurbish the Paint Power Services Building at the Seattle Air Route Traffic Control Center (ZSE) located in Auburn, Washington. The project involves comprehensive exterior maintenance, including pressure washing, preparation, and painting of all exterior metal surfaces, while adhering to safety and environmental regulations, with specific tasks such as waterproofing and encapsulating lead paint. This refurbishment is crucial for maintaining the operational integrity and safety standards of FAA facilities, with an estimated contract value between $1,000,000 and $1,500,000 and a performance period of 30 days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for September 9, 2024, and all inquiries directed to Joel Scott at joel.e.scott@faa.gov.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.
    Fire Alarm System Upgrade
    Active
    Treasury, Department Of The
    The Department of the Treasury, through the Bureau of the Fiscal Service, is seeking qualified vendors to provide an upgrade to the fire alarm system at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to enhance the existing fire alarm control system, allowing for control from two locations, establishing a backup control point, and ensuring compliance with NFPA national fire code standards. This upgrade is critical for maintaining safety measures within the facility, which serves retired military personnel. Interested vendors must submit their written responses by 10:00 a.m. ET on September 26, 2024, including company details and evidence of capability to meet the requirements, to purchasing@fiscal.treasury.gov.