Newark, NJ - FOTS Fiber Optic Transmitting System
ID: 25-19006839 Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Newark, NJ - FOTS Fiber Optic Transmitting System project. This procurement involves the construction of two new duct bank sections to enhance existing electrical infrastructure at Newark Liberty International Airport, requiring extensive coordination with FAA personnel and adherence to strict safety and compliance standards. The project is crucial for maintaining and improving airport operations while ensuring the integrity of electrical systems, with contractors expected to follow detailed specifications and documentation processes throughout the construction phase. Interested parties can contact Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov for further information, with the project being set aside for small businesses under the SBA guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    The EWR FOTS Duct Bank project by the FAA in Newark, NJ, involves constructing two new duct bank sections to enhance existing infrastructure. Key aspects of the project include extensive coordination with FAA personnel, Site operations, and compliance with specified FAA standards. The work entails the installation of concrete-encased PVC conduits, ground penetrating radar utility location, and thorough reporting and inspections throughout the construction process. Contractors must adhere to safety regulations, maintain site cleanliness, provide necessary materials, and document critical milestones through submittals. The work is strictly bound by scheduled hours in line with airport operations, and any alterations must receive prior approval. The contractor bears responsibility for damage to utilities and must engage in comprehensive utility damage prevention measures. Successful project execution hinges on strict adherence to safety standards, coordination with FAA and other agencies, and thorough documentation, ensuring compliance with federal specifications. This undertaking reflects the FAA's commitment to maintaining airport operations while enhancing electrical infrastructure.
    The document outlines the Communications Construction Install Schedule of Values for the EWR FOTS project in Newark, NJ, which involves duct bank installation. It details various cost components, including mobilization, materials, miscellaneous expenses, profit, and bonding, all listed at $0.00, indicating that no costs have been incurred or allocated for the project at this stage. The schedule includes essential categories such as badging and transportation, cables and hardware, as well as waste and environmental services. The lack of financial values suggests that the project is either in its preliminary stages or that cost estimates have not yet been finalized. This document serves as a preliminary outline for budgeting and planning in compliance with government contracting procedures for federal grants and RFPs in public infrastructure projects.
    The document presents General Decision Number NJ20250031, effective January 3, 2025, regarding wage determinations for building construction projects in Essex County, New Jersey, under the Davis-Bacon Act. It outlines minimum wage rates mandated by Executive Orders 14026 and 13658, applicable to federal contracts. For contracts initiated or extended after January 30, 2022, a minimum wage of $17.75 per hour is required, whereas contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour if not extended. The document lists various trade classifications with their corresponding wage rates and fringe benefits, including those for asbestos workers, electricians, plumbers, and laborers, among others. It notes the standards for paid holidays, vacation eligibility, and additional rates for hazardous duties. The appeal process for workers disputing wage determinations is also detailed, allowing individuals to seek review through specific channels within the U.S. Department of Labor. Overall, the document serves as a guideline for federal contractors regarding wage compliance and worker protections, reinforcing the federal government’s commitment to fair labor practices in public construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Newark, NJ - FOTS Fiber Optic Transmitting System
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the procurement of a Fiber Optic Transmitting System in Newark, New Jersey. This project falls under the category of commercial and institutional building construction, with a focus on the construction of electronic and communications facilities. The successful contractor will play a crucial role in enhancing communication infrastructure, which is vital for the operational efficiency of aviation services. Interested small businesses are encouraged to reach out to Jennifer Perry at jennifer.l.perry@faa.gov or call 405-954-7853 for further details, while Janice K Hammonds is available at janice.hammonds@faa.gov or 405-954-7705 for additional inquiries.
    Infrastructure and Operations Services Support 2 Month Extension
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking to extend its contract for Infrastructure and Operations Services Support for an additional two months. This procurement aims to ensure continued support in engineering services, particularly in IT management support services, which are critical for maintaining operational efficiency within the FAA. The services will be performed in Egg Harbor City, New Jersey, and are vital for the ongoing infrastructure needs of the agency. Interested parties can reach out to Daniel Leary at daniel.f.leary@faa.gov or by phone at 609-485-5274 for further details regarding this presolicitation opportunity.
    SCREENING INFORMATION REQUEST FOR TOWER DEMOLITION AND TOWER CONSTRUCTION LOCATED AT FREDERICKSBURG TEXAS (T82) AND PLAINVIEW TX (PVW).
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the demolition of existing communication towers and the construction of new towers at two sites in Texas: Fredericksburg and Plainview. The project involves the installation of a 30-foot antenna tower in Fredericksburg and a 40-foot antenna tower in Plainview, along with necessary foundations, cabling, and compliance with FAA specifications and federal labor standards, including the Davis-Bacon Act. This initiative is crucial for enhancing air-ground communication infrastructure, ensuring operational effectiveness in air traffic management. Interested contractors must submit sealed bids by the specified deadline, and for further inquiries, they can contact Josh Huckeby at joshua.d.huckeby@faa.gov. The estimated contract value ranges from $1 million to $2 million, with a set-aside for 8(a) businesses.
    OAKLAND ARTCC (ZOA) REPLACE CPC VAULT EMERGENCY LIGHTING SYSTEM CONTROL MODULE AND BATTERIES - Bipartisan Infrastructure Law (BIL) JCN: 24004057
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the replacement of the CPC Vault Emergency Lighting System Control Module and Batteries at the Oakland Air Route Traffic Control Center in Fremont, California. The project entails the demolition of existing components and the installation of new equipment, with a focus on ensuring compliance with safety and security regulations, including obtaining necessary permits and maintaining effective communication with FAA representatives. This initiative is critical for maintaining operational safety at air traffic facilities and is part of the Bipartisan Infrastructure Law funding efforts. Interested contractors must register in the SAM database and submit their proposals by February 28, 2025, with a project budget estimated between $25,000 and $50,000. For further inquiries, contractors can contact Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov.
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while adhering to federal, state, and local safety regulations. This initiative is crucial for enhancing security at the ATCT and ensuring the safety and efficiency of air traffic operations. Interested contractors must contact Angela Layman at angela.layman@faa.gov, with work expected to commence within five days of the notice to proceed and complete within the specified timeline, funded by the Infrastructure Investment and Jobs Act.
    Market Survey/RFI - Crossett Flux Scaffolding Tower Assessment - FAA/US Forrest Service
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey for a Request for Information (RFI) regarding the assessment of the Crossett Flux scaffolding tower, which is owned by the U.S. Forest Service (USFS). The selected contractor will be responsible for a comprehensive evaluation, mapping, and structural analysis of the tower, ensuring compliance with national safety and engineering regulations, including OSHA standards and TIA-222 Rev. H guidelines. This assessment is crucial for determining the tower's viability for USFS use and identifying necessary maintenance efforts, with collaboration expected between the contractor, the FAA Logistics Center, and local USFS personnel. Interested parties can reach out to Raymond Lena at raymond.a.lena@faa.gov or Kristen Kendrick at kristen.n.kendrick@faa.gov for further details. The project will be funded by the FAA, and travel expenses will be reimbursed according to federal regulations.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting bids for the CAB Glass Replacement Project at the Air Traffic Control Tower (ATCT) located in Lewisburg, West Virginia. This project involves the removal of a damaged insulating glass unit (IGU) and the installation of a new unit, adhering to strict safety regulations, particularly concerning lead and potential asbestos materials. The work must be completed within 60 calendar days of the notice to proceed, with a total project cost anticipated to be less than $50,000, and no performance or payment bonds required. Interested contractors should contact Regina Singleton at regina.singleton@faa.gov or 404-305-5790 for further details, and must submit their bids by March 4, 2025, following a site visit scheduled for February 18, 2025.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    *IIJA* REPLACE 4-INCH SANITARY SEWER PIPE IN ZTL AUTOMATION BASEMENT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of approximately 75 feet of cracked 4-inch sanitary sewer pipe in the Automation Basement of the ZTL facility located in Hampton, Georgia. The project aims to address sewage odor issues by installing new cast iron piping with no-hub fittings, requiring careful planning and coordination with FAA representatives to minimize disruption to facility operations. Contractors must submit a detailed replacement plan, including methodologies, safety protocols, and compliance with OSHA regulations, with the total estimated cost of the project under $50,000 and a completion timeline of 30 calendar days post-notice to proceed. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details and to ensure compliance with the submission requirements.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the replacement of the cab window washdown system at the Air Traffic Control Tower (ATCT) located in Wilmington, North Carolina. The project entails the removal of outdated components and the installation of a new system, including a chemical surfactant tank and updated piping, with work scheduled to occur Monday through Friday during standard hours. This initiative is part of the airport's commitment to enhancing infrastructure while ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, with the project funded by the Infrastructure Investment and Jobs Act and expected to be completed by April 2024.