***IIJA FUNDED** ADD EXTERNAL STAIRCASE AT ZFW ARTCC
ID: 6973GH-25-R-00179AType: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the construction of an external staircase at the ZFW ARTCC facility in Fort Worth, Texas, funded under the Infrastructure Investment and Jobs Act (IIJA). The project aims to enhance access for FAA technicians by replacing the existing vertical ladder with a heavy-duty aluminum staircase, ensuring compliance with safety and operational standards. This initiative is crucial for improving facility safety and operational efficiency while adhering to federal guidelines. Interested contractors must submit their proposals by July 31, 2025, at 3 PM CT, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the proposal for the construction of an external staircase at the ZFW NASA Building, Fort Worth, Texas, under the U.S. Department of Transportation's Federal Aviation Administration. The project aims to enhance roof access for FAA technicians, replacing the current method of using a vertical ladder. Key components include installing a 12-foot high, heavy-duty aluminum stair with safety handrails, a reinforced concrete pad for support, and modifications to existing safety rail systems. Specific requirements emphasize compliance with OSHA standards, coordination with FAA personnel, and adherence to strict safety and security protocols during construction. The contractor must schedule a pre-construction meeting, submit a detailed construction schedule, and coordinate all activities to ensure minimal disruption to air traffic operations, which continue 24/7. The document lays out comprehensive project specifications, including materials, construction methods, and installation guidelines, ensuring quality and safety are prioritized. Overall, this initiative highlights the FAA's commitment to improving facility safety and operational efficiency while maintaining compliance with federal guidelines and regulations.
    This document serves as an amendment to a solicitation for a federal contract, specifically identified as modification number 0002 for project number 6973GH-25-R-00179. The amendment, effective June 11, 2025, extends the deadline for submitting proposals to July 31, 2025, at 3 PM CT. This modification, issued by the FAA Aeronautical Center, indicates that all other terms and conditions of the solicitation remain unchanged and in full force. The contractor is responsible for acknowledging the receipt of this amendment to ensure their offer is considered. The general structure includes critical identifiers such as contract ID, modification details, and the description of the amendments, ensuring clarity of purpose and communication in the contracting process. This amendment highlights the federal government's procedural adjustments to enhance participation and streamline contract management processes effectively.
    The document serves as an amendment to a solicitation for a federal contract, specifically extending the deadline for proposals. It specifies the original contract ID, modification number, and effective date, coupled with a detailed description of the changes being made. The primary action detailed is the extension of the due date for receipt of proposals to July 25, 2025, at 3 PM CT. The amendment instructs contractors on how to acknowledge receipt of the amendment, either through returned acknowledgment or referencing it in their proposals. Furthermore, it states that all other terms and conditions of the contract remain unchanged and in effect. The contracting officer cited is Samantha A. Pearce, ensuring all involved parties are aware of the administrative change while allowing flexibility for submission of proposals in light of this amendment.
    The solicitation document outlines a federal request for proposals (RFP) for a construction project involving the addition of exterior stairs to the ZFW NASA Building at the FAA's ARTCC in Fort Worth, Texas. The estimated project budget is between $30,000 and $60,000, with a delivery timeline of 90 days from the notice to proceed. A mandatory site visit is scheduled to facilitate bidders’ understanding of project requirements, with attendance confirmation required in advance. The contractor selected will be responsible for providing all labor, materials, and equipment necessary to complete the project in compliance with the detailed statement of work. The FAA emphasizes adherence to various regulations, including performance and payment bonds, as well as environmental considerations, particularly concerning asbestos management. The document emphasizes a preference for domestic construction materials in alignment with the Buy American Act. Interested offerors must register in the System for Award Management (SAM) and advocate for compliance throughout the award process. Overall, the document serves to procure qualified contractors while promoting government contracting best practices and regulatory compliance.
    The document is an Organizational Experience Questionnaire (OEQ) for contractors associated with the ZFW CTRB Exterior Stair Addition project (RFP 6973GH-25-R-00179). It requires contractors to detail their organizational experience relevant to the project. Key sections include contractor identification (name, address), contract details (number, dollar value, status), project title and location, a description of the contractor's role and responsibilities, and contact information for the project owner or manager. This OEQ aids in evaluating a contractor's qualifications and experience essential for successful project execution. Its purpose is to facilitate the federal procurement process by collecting standardized information from bidders, ensuring that only capable contractors are considered for government contracts.
    This Q&A sheet pertains to RFP 6973GH-25-R-00179 for the construction of exterior stairs at the ZFW ARTCC. Key topics include the compliance and specifications related to the lightning protection system, the materials for the staircase, construction requirements, and necessary modifications concerning surrounding irrigation. The lightning protection system installed in 2023 meets FAA and NFPA standards. Testing of the ground system is mandated prior to and post-alterations. The preferred material for the staircase is aluminum, although galvanized steel may be considered as an alternative. Concerns regarding the staircase's distance from the building and potential irrigation modification are addressed, with no preference for trellis design specified as long as OSHA standards are met. The design is flexible and may require adjustments to adhere to local codes. Notably, no access control is required for roof access, and soil testing has not been conducted. This document serves to clarify requirements and constraints associated with the proposed project, ensuring compliance with safety and structural standards essential for the RFP process.
    The document outlines the federal wage determination for construction contracts related to heavy dredging projects along the Texas Gulf Coast, specifically under General Decision Number TX20250033, effective February 7, 2025. It highlights the applicability of the Davis-Bacon Act and relevant Executive Orders, specifying minimum wage requirements for contractors. Contracts awarded or renewed after January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum wage of $13.30 per hour. Various classifications of workers are listed alongside their prevailing wage rates, with emphasized wages for roles like dredge operator, welder, and truck driver set at $16.85 per hour. The document also addresses the appeals process for wage determinations, guiding affected parties on how to request reviews and adjustments. This wage determination is part of broader governmental efforts to ensure fair compensation for labor involved in federally funded construction projects, reflecting compliance and worker protection initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as milling and replacing asphalt, extending parking areas, and upgrading lighting fixtures. This contract, valued between $250,000 and $500,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM). Interested parties must submit proposals by the specified deadline following a mandatory site visit on December 18, 2025, and can direct inquiries to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    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.
    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.
    Request for Information for Innovative Solutions for FAA Application and Database Modernization
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking innovative solutions for the modernization of its application and database infrastructure through a Request for Information (RFI). The primary objectives of this procurement include reducing sustainment costs, enhancing operational efficiency, and improving system interoperability while addressing legacy technical challenges and ensuring scalability. This initiative is critical for the FAA as it aims to overcome complex interoperability requirements and data sensitivity issues across its systems. Interested parties are encouraged to submit their feedback by January 7, 2026, to inform the FAA's acquisition strategy, with inquiries directed to Daniel Farrell or Eric Waterman at SSDRFI@faa.gov.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.