Anchorage, Alaska concrete sidewalk project
ID: 6973GH-25-R-00211Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals from small businesses for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires contractors to provide all necessary labor, materials, and equipment, adhering to the specifications outlined in the Statement of Work and ensuring compliance with safety regulations and local standards. This opportunity is part of the FAA's commitment to enhancing infrastructure at its facilities and is set aside exclusively for small businesses, with an estimated budget between $25,000 and $50,000. Interested contractors must submit their proposals via email by August 18, 2025, and are encouraged to RSVP for a mandatory site visit scheduled for August 5, 2025, by contacting Haylee Hildebrand at haylee.p.hildebrand@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines wage determination guidelines established by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-5681 for Alaska. It mandates compliance with minimum wage rates linked to Executive Orders 14026 and 13658, providing clear hourly pay requirements based on contract dates. Each occupation listed has designated wage rates, with various tiers reflected in detailed classifications across administrative, automotive, health, and technical roles. Furthermore, it specifies health and welfare benefits, paid sick leave under EO 13706, and compensation structures for different employment categories. The document emphasizes the importance of employer compliance with wage determinations, especially regarding uniform costs, hazard pay differentials, and vacation benefits. Contractors are required to adhere to policies ensuring equitable wage distribution and must accurately classify any unlisted job positions throughout the contract period. This determination serves as an essential resource for federal and state grants and RFP processes, ensuring fair compensation for service workers while promoting economic equity within federal contracting environments.
    The document is a Contractor's Release form from the Department of Transportation, which formalizes the Contractor’s acceptance of payments under a specified contract while releasing the Government from any liabilities related to that contract. It outlines the amounts already paid and those pending, as well as exceptions where certain claims may remain applicable, including specified and unknown third-party liabilities and patent-related costs. The Contractor agrees to notify the Contracting Officer of any such claims as dictated by the contract terms. For corporate contractors, a certification of authority is required, verifying the signatory's position and the legitimacy of the release. This form is a critical part of the government contracting process, ensuring that contractors acknowledge payments and accept certain legal consequences while retaining rights to specific claims. It emphasizes the necessary steps for compliance regarding patent matters and liabilities during contract execution, embodying the formalities integral to federal grant management and RFP processes.
    The provided government file outlines the essential components for offers pertaining to federal and state/local Request for Proposals (RFPs) and grants. It requires prospective Offerors to provide foundational information including their company name, contact details, and specific project identifiers such as contract or purchase order numbers, alongside their dollar value and status updates. Each project includes a description that necessitates detailing the Offeror’s role and responsibilities. Moreover, the document emphasizes the experience requirements, directing Offerors to reference specific sections in the SIR Document related to minimum project value and recency. The file is structured to facilitate the collection of precise data from Offerors to ensure their qualifications align with the needs of the government entity managing the project. This document serves as a critical tool in the procurement process, ensuring transparency, accountability, and effective project management.
    The solicitation document outlines a competitive Request for Quotes (RFQ) for construction work to install a new concrete walkway path at the ZAN ARTCC facility in Anchorage, Alaska. The Federal Aviation Administration (FAA) requests bids from small businesses, with a budget estimate between $25,000 and $50,000. Submissions must be received by August 18, 2025, following a mandatory site visit on August 5, 2025. The contract is expected to be awarded to the lowest priced responsible bidder, with performance required to begin within 30 days post-award and completion mandated before the winter season. Requirement for offers include performance and payment bonds, acknowledgments of amendments, and compliance with various clauses related to work safety, waste management, and the use of domestic construction materials. Additionally, possible exemptions under the Buy American Act for materials may apply. The contractor must maintain strict adherence to safety protocols during the project. This document emphasizes the FAA's focus on securing services through small business partnerships while ensuring adherence to federal regulations and standards.
    The Anchorage ARTCC, part of the FAA, has issued a Statement of Work for the construction of a new concrete walkway at the ASTI MEB building, covering approximately 300 linear feet. The contractor is responsible for all labor, materials, and equipment to complete this project according to provided specifications and the Municipality of Anchorage's standards. Key requirements include obtaining necessary approvals, scheduling work to minimize disruption to facility operations, and ensuring all personnel meet security protocols. The construction must adhere to safety regulations and include proper warranties and liability insurance. A pre-construction conference will be held to address project details, and a project inspector will oversee compliance with contract requirements. The work is expected to be completed within 30 days of the notice to proceed, with a warranty of one year post-completion. The document underscores the importance of coordination, safety, and adherence to regulatory standards in federal construction projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    Market Survey for Shelter Building and Slab Demolish and Installation at Bishop International Airport in Flint, MI
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small business contractors for a project involving the demolition of an existing shelter building and concrete slab at Bishop International Airport in Flint, Michigan. The selected contractor will be responsible for all labor, materials, supervision, and transportation necessary to complete the demolition and to prepare and pour a new concrete slab, as well as secure a new government-provided shelter building, in accordance with the forthcoming specifications and drawings. This project is significant for maintaining airport infrastructure and ensuring operational efficiency, with an estimated contract value between $50,000 and $100,000, and a performance timeline of 30 calendar days post-notice to proceed. Interested contractors must submit their requests for the Request for Proposal package by December 12, 2025, to Tony Bryant at Tony.W.Bryant@faa.gov, as no telephone requests will be accepted.
    A&E Repair Arctic Ave; FTQW 26-1302
    Buyer not available
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of Arctic Avenue and the CHPP parking lot at Eielson Air Force Base in Alaska. The project aims to address significant drainage issues, deteriorating asphalt, and enhance bike accessibility, requiring a comprehensive design package that adheres to federal, state, and Air Force regulations. Interested firms must submit their qualifications, including a completed SF330 form and a Past Performance Questionnaire, by December 1, 2025, at 12:00 PM AKDT, with evaluations based on professional qualifications, specialized experience, and past performance. For further inquiries, contact the primary representatives at 354CONS.PKA.Designs@us.af.mil or christopher.prince.3@us.af.mil.
    ZID ARTCC Door and Hardware Replacements-Indianapolis
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified small businesses to undertake the ZID ARTCC Door and Hardware Replacements project at the Indianapolis Air Route Traffic Control Center in Indiana. The project involves the replacement and installation of doors and hardware at five openings, incorporating accessibility and security features, with specific tasks including the removal of existing doors, installation of new hardware, and ensuring compliance with safety standards. This competitive solicitation is set aside entirely for small businesses, with an estimated contract value between $100,000 and $175,000, and proposals are due by December 18, 2025. Interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further details and are encouraged to attend a site visit scheduled for November 25, 2025.
    ZDV CTRB Raised Floor
    Buyer not available
    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.
    Craig Work Center (CAG ADM) Janitorial Services
    Buyer not available
    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.
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Payette National Forest, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves maintenance and upgrades at three backcountry airstrips: Chamberlain, Cold Meadows, and Cabin Creek. The project aims to address essential deferred maintenance tasks, including vegetation clearing, installation and replacement of various airstrip infrastructure, and ensuring compliance with environmental regulations, all while utilizing non-motorized and non-mechanical equipment. This initiative is crucial for maintaining access to these remote airstrips located within the Frank Church River of No Return Wilderness, enhancing safety and functionality for aviation operations. Interested small businesses must submit their proposals by December 15, 2025, and can contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further information.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.