Infrastructure Improvements at the RCLR in Parshall, CO
ID: 697DCK-25-R-00217Type: 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 RADAR AND NAVIGATIONAL FACILITIES (Z2BC)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 6:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for infrastructure improvements at the Radio Communications Link Repeater (RCLR) facility located in Parshall, Colorado. The project involves significant upgrades, including the abatement of hazardous materials such as asbestos and lead, installation of LED lighting, and refurbishment of flooring, all while ensuring compliance with federal safety and environmental standards. This initiative is critical for enhancing operational integrity and safety at the facility, which plays a vital role in aviation communications. Interested contractors must submit their proposals by April 11, 2025, at 12 PM MT, and are encouraged to direct any inquiries to Angela Layman at angela.layman@faa.gov by March 7, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 1:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Federal Aviation Administration (FAA) for infrastructure improvements, including abatement services, at the RCLR site in Parshall, Colorado. Issued on March 20, 2025, it requires sealed bids from contractors, emphasizing compliance with specific specifications, drawings, and wage determinations. Key requirements include a performance bond, adherence to various federal regulations, and completion timelines. Contractors must provide a comprehensive offer including all labor, materials, equipment, and insurance necessary for the improvements. The bid must detail pricing and certification of completed work, aligned with mandated safety and environmental standards, including asbestos-free construction practices. Additionally, the RFP reiterates the importance of “Buy American” provisions, ensuring that construction materials are domestically sourced. The FAA seeks to enhance operational integrity and safety while maintaining strict compliance with federal guidelines. The document serves as a foundational contract authority for prospective bidders, highlighting essential participation requirements and terms essential for the successful execution of the project.
Apr 8, 2025, 1:05 PM UTC
Apr 8, 2025, 1:05 PM UTC
Apr 8, 2025, 1:05 PM UTC
The document FAA-C-1217H Chg 2 outlines the construction specifications for electrical work and premises wiring within Federal Aviation Administration (FAA) facilities. Its primary purpose is to ensure a safe and efficient electrical installation that meets the specific mission needs of the FAA, while adhering to national and international codes like the National Electric Code (NEC). The specification details requirements for wiring methods, grounding, surge protection, and the installation of electrical components such as panels, conduits, and receptacles. Key sections include general requirements that mandate installations to exceed NEC standards, detailed directives for conductor routing, raceway systems, and safety practices such as dust control. It emphasizes the importance of using proper materials and methods tailored to high-performance FAA operations, particularly in critical areas like Air Traffic Control Centers. Additionally, there is a strong focus on compliance, testing, and quality assurance procedures to mitigate risks associated with electrical installations. This document is critical for contractors and engineers involved in FAA projects, ensuring that all work meets stringent safety and operational standards relevant to aviation safety.
Apr 8, 2025, 1:05 PM UTC
The file outlines a federal grant opportunity aimed at supporting community-based programs that address mental health issues in urban areas. It describes the funding objectives, which focus on building capacity within local organizations to provide mental health services, enhance accessibility, and promote mental wellness. The grant encourages innovative approaches that incorporate diverse community needs and cultural considerations. Eligible applicants include non-profits and local government entities, with specific requirements for project proposals, including measurable outcomes and sustainability plans. Detailed guidelines on application processes, evaluation criteria, and funding limits are provided, emphasizing collaboration with stakeholders and evidence of community impact. This initiative reflects a strategic effort by federal agencies to improve mental health care delivery in underserved populations, responding to a growing public health concern.
Apr 8, 2025, 1:05 PM UTC
The Asbestos Operations and Maintenance (O&M) Plan for the QRK RCLR facility in Parshall, Colorado, prepared for the Federal Aviation Administration (FAA), outlines a comprehensive framework for managing asbestos-containing materials (ACM) based on AHERA protocols. Following a survey conducted by Thomas Nash in 2018, various ACM were identified, including floor tiles and caulking. The O&M plan promotes a proactive approach to reducing exposure risks through notification, employee training, recordkeeping, and appropriate work practices, aligning with FAA guidelines. Key components include detailed definitions of ACM, employee training requirements for working around ACM, a work control system to govern any projects that may disturb asbestos materials, and emergency response protocols. The plan stresses the importance of ongoing surveillance, requiring periodic reassessment to document any condition changes of ACM. This document serves as a critical resource for ensuring regulatory compliance and safeguarding the health of employees and facility occupants from asbestos-related hazards, underlining the FAA's commitment to safety and proper environmental management in facilities with known or suspected asbestos.
Apr 8, 2025, 1:05 PM UTC
The Statement of Work (SOW) outlines the requirements for Third Party Air Monitoring (TPAM) services during asbestos and lead abatement at the FAA facilities in Parshall, Colorado. The TPAM firm will oversee air monitoring before, during, and after the abatement, ensuring compliance with relevant federal, state, and local regulations. Key responsibilities include developing an Air Monitoring Plan, providing daily inspections, conducting air sampling, and generating reports with analytical data. The SOW mandates the TPAM's independence from the Asbestos Abatement Contractor, requires certified professionals for oversight, and emphasizes the necessity of immediate reporting of air quality results. Daily inspections and a final inspection post-abatement are critical to confirm compliance and safety. If any violations occur, the TPAM must notify the FAA's Contracting Officer to halt work until corrective actions are taken. Final air clearance must adhere to strict criteria, and if standards are not met, the abatement contractor is responsible for additional cleanup without incurring extra costs for the government. The document serves as a detailed guide for procurement and regulatory compliance, ensuring that all work is performed safely and effectively in accordance with established guidelines.
Apr 8, 2025, 1:05 PM UTC
The Federal Aviation Administration (FAA) is initiating the QRK RCLR (NASEB) Infrastructure Repairs Project in Parshall, Colorado, set for February 2025. The project involves refurbishing the QRK RCLR facility, focusing on installing LED lighting, renovating flooring, and handling hazardous materials like asbestos and lead. Key tasks include installing surge protection devices to comply with FAA standards, ensuring no interference with air traffic operations, and providing a safe working environment. The contractor must coordinate construction without disrupting FAA operations, adhering strictly to security protocols and specific work hour restrictions. All involved personnel must have valid government-issued ID for site access. The project emphasizes quality assurance, safety requirements, and detailed submittal procedures for contractor-furnished products. The document outlines work limitations, safety measures, and specific material requirements to ensure compliance with federal safety standards and regulations.
Apr 8, 2025, 1:05 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Fire Alarm Panel Replacement - Rapid City, SD, ATCT
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the replacement of the fire alarm panel at the Rapid City, SD, Air Traffic Control Tower (ATCT). The project involves replacing the outdated fire alarm control panel, which has been in service for 23 years and is no longer functioning reliably, with a new Honeywell/Notifier NFS2-640 system, including a remote annunciator and comprehensive testing and training for personnel. This replacement is critical for maintaining safety and compliance within air traffic control operations, ensuring the effectiveness of fire detection and alarm systems. Interested vendors must submit their proposals in accordance with the Request for Quote (RFQ) guidelines by April 20, 2025, and can direct inquiries to Angela Layman at angela.layman@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@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 contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This procurement is critical for enhancing safety and security at a vital air traffic facility, with a total small business set-aside and an estimated project cost under $50,000. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
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, through 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. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
LIT ATCT, HVAC, Replace Boiler, Controls System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls and a new boiler installation, ensuring that a fully operational cooling system is maintained throughout the construction phase. This upgrade is critical for maintaining operational integrity and compliance with FAA standards, as it enhances the facility's HVAC capabilities and ensures safety and efficiency in air traffic control operations. Interested contractors must submit their proposals by May 28, 2025, following a mandatory site visit on May 7, 2025, with an estimated project budget between $850,000 and $1,500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Cortez, CO Work Center Janitorial Services
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide janitorial services for the Cortez Work Center located in Cortez, Colorado. The contract, identified as number 697DCK-25-R-00290, encompasses a base year and four option years, with services required from July 1, 2025, through June 30, 2030, as detailed in the Statement of Work. This procurement is crucial for maintaining clean and safe facilities, ensuring compliance with federal regulations and performance standards. Interested contractors must submit their proposals by 2:00 pm Central Time on May 27, 2025, and direct any inquiries to Jennifer J. Davis at jennifer.j.davis@faa.gov.
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, through the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in Florida's National Forests. The project involves essential maintenance tasks, including guy system tensioning, minor repairs, and the installation of grounding systems to ensure compliance with safety standards and operational readiness. This procurement is critical for maintaining communication infrastructure vital for forestry operations, ensuring safety and functionality in the region. Interested small businesses must submit their proposals by April 28, 2025, with all inquiries directed to Stephen Branch at stephen.n.branch@faa.gov.
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.