David Wayne Hooks (DWH) ATCT Replacement
ID: 697DCK-25-R-00189Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS (Y1BA)
Timeline
    Description

    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors for the replacement of the Airport Traffic Control Tower (ATCT) at David Wayne Hooks Memorial Airport in Tomball, Texas. This project involves a two-phase selection process, beginning with a Request for Qualifications (RFQ) to identify suitable candidates, followed by a Request for Proposal (RFP) for those selected in Phase I. The initiative is part of a broader effort to modernize airport infrastructure, with an estimated budget between $35 million and $50 million, focusing on constructing a state-of-the-art facility that meets FAA standards for safety and sustainability. Interested parties must submit their qualifications by May 30, 2025, and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by May 16, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation by the Federal Aviation Administration (FAA) for a Design-Build contract to construct a new Airport Traffic Control Tower (ATCT) at the David Wayne Hooks Airport in Tomball, Texas. It addresses a two-phase procurement process leading to a Firm-Fixed-Price contract and specifies that only one contractor will be awarded the project. The proposal requires comprehensive qualifications, including technical expertise and past performance. The estimated construction cost ranges between $35 million to $50 million, and the project is anticipated to be completed within 600 days after the notice to proceed. The FAA reserves the right to conduct evaluations without prior negotiations and may exclude any offers that fail to meet criteria within a designated timeframe. In compliance with federal standards, the project will adhere to local regulations, while the contractor is responsible for obtaining necessary permits and ensuring safety. Thus, the solicitation emphasizes the FAA’s commitment to efficient, high-quality project delivery while maintaining strict oversight of contractor qualifications and operations.
    The Federal Aviation Administration (FAA) has issued a Request for Qualifications (RFQ) for a Design-Build Project to replace the Airport Traffic Control Tower (ATCT) facility at David Wayne Hooks Memorial Airport in Tomball, Texas. This solicitation is part of a broader initiative funded by the Infrastructure Investment and Jobs Act, aiming for the development of multiple ATCT facilities nationwide. The project emphasizes a collaborative relationship with the selected contractor to ensure timely and budget-compliant delivery while adhering to FAA standards for quality and sustainability. The RFQ outlines a two-phase selection process where interested firms submit qualifications, which are then evaluated to shortlist up to three contractors. Phase I requires detailed qualifications and technical understanding, with subsequent proposals prompted in Phase II. The project budget is estimated between $35 million and $50 million, focusing on constructing a state-of-the-art facility that incorporates durable materials and energy-efficient systems. Compliance with legal requirements, complete documentation, and a strong performance history are critical for bidders. The FAA will utilize a comprehensive evaluation process based on submission completeness, technical capability, and past performance to identify the best value offeror for this significant federal project.
    The document outlines the scope of work for a design-build project to construct a new Airport Traffic Control Tower (ATCT) facility at David Wayne Hooks Memorial Airport in Tomball, Texas, scheduled for March 2025. It details the requirements and guidelines that must be followed for the design and construction phases. The work is divided into multiple sections, including general conditions, substructure, shell, interior construction, services, and equipment related to the building. Key aspects include ensuring compliance with the Federal Aviation Administration (FAA) standards, local building codes, sustainability criteria, and specific design requirements for safety and functionality. The document emphasizes site-specific designs and the necessity for a minimum operational life of 50 years for the facility. Additionally, security protocols aligned with Facility Security Level (FSL)-2 are mandated, addressing the installation of security and mechanical systems. Design-builders must create project models using Building Information Modeling (BIM) and perform thorough geotechnical investigations to inform foundation design. All proposals are to follow strict quality assurance measures, and the construction must be adapted based on the provided Standard Design Drawings while also accommodating unique site conditions. This initiative reflects the FAA’s commitment to enhancing airport infrastructure and operational efficiency.
    The document pertains to the procurement and funding mechanisms involving the David Wayne Hooks Regional Airport (DWH). It outlines various proposals and requests for federal and state grants, emphasizing the need for enhancements at the airport to improve infrastructure and services. The primary focus includes plans for upgrading the airport's traffic control tower and implementing modern technologies for operational efficiency. Key considerations outlined include compliance with federal regulations, safety protocols, and environmental assessments to mitigate any potential impacts during construction. The aim is to secure funding through RFPs (Request for Proposals) to facilitate these improvements, ultimately enhancing the airport's functionality and supporting regional transportation needs. This initiative underscores the strategic importance of federal and state collaboration in advancing local infrastructure projects that contribute to community development and economic growth.
    The FAA DWH ATCT Project in Spring, Texas, involves a geotechnical study conducted by Fugro USA Land, Inc., as part of the planning for a new Airport Traffic Control Tower (ATCT). The aim is to assess subsurface soil and groundwater conditions to support design and construction efforts. The study entailed drilling two borings to depths of 50 and 100 feet, revealing interbedded clayey and sandy soils with shallow groundwater levels. Key findings include low swell potential in clay samples, with moisture levels favorable for construction, and sulfate concentrations below 100 ppm, indicating minimal risk of sulfate-related issues. The site is classified as Seismic Site Class D, suggesting low liquefaction risk under seismic activity. Laboratory testing covered soil classification, shear strength, swell potential, and content analysis, confirming the site's suitability for construction. Recommendations for foundation design highlight the need to account for local frost susceptibility and seismic parameters. The report emphasizes that conclusions drawn may not apply to unexplored areas, reflecting the need for ongoing assessments as site conditions can vary. This document serves as a factual data report to aid stakeholders in adequately preparing for the upcoming construction of the ATCT facility.
    The document consists solely of an address: 9125 Boudreaux Rd., Tomball, TX 77375. It lacks any accompanying context or details regarding its purpose or associated government RFPs (Requests for Proposals), federal grants, or state and local RFPs. Without additional context or information, it's difficult to ascertain a main topic or specific intent related to government funding or proposals. The address itself does not provide insights into any projects, grants, or initiatives, nor does it indicate a call for proposals or solicitations. As a result, the lack of content limits any meaningful analysis or summary related to federal or state grant opportunities or requests for proposals.
    The Federal Aviation Administration (FAA) issued several determinations regarding proposed tower constructions in Houston, TX, as part of an aeronautical study assessing their impact on navigable airspace. These proposed structures, with varying heights from 128 to 152 feet AGL, include new towers positioned at specific coordinates; some received conditional approval while others were deemed hazards to air navigation. To mitigate potential risks, the FAA emphasized compliance with advisory circulars related to operational safety and obstruction marking. Key recommendations also included coordination with local air traffic control to ensure pilots are alerted on construction impacts and to maintain appropriate lighting on structures. Importantly, these determinations do not approve or disapprove the physical development but evaluate the safety and efficiency of airspace usage. The proposals are subject to review to ensure they do not adversely affect existing or planned air traffic procedures. The determinations expire between March 2024 and beyond depending on FCC licensing requirements. This evaluation underlines the FAA's role in balancing development needs with aviation safety.
    The David Wayne Hooks Memorial Airport (DWH) Airport Traffic Control Tower (ATCT) Siting Report outlines the evaluation of potential sites for a new ATCT to replace the existing facility, operational since 1979. The report follows FAA Siting Order 6480.4 and recommends Site 5 for its optimal visibility of airport operations, with a proposed cab height of 90.58 feet AGL and total structure height of 277.58 feet AMSL. The evaluation considered nine sites, ultimately focusing on Site 1, Site 5, and Site 9. Site 5 was chosen due to its unobstructed views, compliance with aviation safety standards, and mitigation of identified hazards, including nearby trees. The report also details the necessary impact assessments and approvals from various FAA authorities, ensuring that the construction adheres to safety and operational requirements without environmental concerns. Supporting information includes appendices related to financial estimates, analyses of obstruction, and detailed site evaluations. This comprehensive report reflects a committed effort to modernize air traffic control facilities in a manner that promotes safety, efficiency, and sustainability.
    The David Wayne Hooks Memorial Airport (DWH) in Tomball, Texas, is set to undergo the replacement of its Airport Traffic Control Tower (ATCT) as detailed in a requirements document prepared by the Federal Aviation Administration (FAA). The existing ATCT, operational since 1979, has been found to have multiple deficiencies regarding visibility, safety, and space. A series of evaluations confirmed the need for a new facility, which has been approved for execution by key FAA officials. The new ATCT is designed to meet operational requirements for both air traffic services and support positions, maintain industry standards, and comply with sustainability principles. A preferred siting has been established for the new structure, along with specifications for operational and functional requirements. The project will ensure the continuation of air traffic services without interruption while enhancing safety and operational efficiency. The total space required for the new facility comprises various operational and support areas, with specifics addressing power, water, and security needs. Funding for the project is provided through the Infrastructure Investment and Jobs Act. Overall, the initiative reflects a commitment to modernize airport infrastructure and enhance air traffic management capabilities in the region.
    The FAA BIM Execution Plan (BxP) outlines the protocols and requirements for implementing Building Information Modeling (BIM) in FAA projects. It emphasizes the need for collaboration among architectural and engineering firms and FAA stakeholders to ensure coordinated building construction and effective maintenance throughout the lifecycle of facilities. The document specifies minimum modeling criteria using the Autodesk Revit platform, detailing project types (Design-Build and Design-Bid-Build) and various phases of BIM deliverables, including the Project Execution Plan (PxP) that outlines roles, responsibilities, and coordination strategies. Key components include BIM submittal requirements, clash detection procedures, data ownership, and digital management practices. The FAA mandates the use of approved software, adherence to data security protocols, and rigorous documentation to maintain alignment across disciplines. The ultimate goal is to optimize the integration of design and operations while enhancing the overall effectiveness of FAA projects in support of the NextGen transformation. This comprehensive plan not only highlights the structured approach the FAA adopts in construction but also ensures compliance with federal standards in government-funded projects.
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) established Order 1053.1C to outline its Energy and Water Management Program for buildings and facilities. This directive emphasizes the efficient acquisition, consumption, and conservation of energy and water resources to minimize operational costs and environmental impacts. It articulates the delegation of authority, responsibilities, and procedures necessary to achieve FAA's energy and water management goals, adhering to federal laws and executive orders. Key mandates include annual reduction goals for energy and water intensity, greenhouse gas (GHG) emissions, and strategies for sustainable federal buildings. The order requires organization-wide compliance, outlining specific roles for Line of Business (LOB) and Staff Office (SO) energy managers. It promotes the utilization of advanced metering and requires the installation of systems necessary for evaluating energy and water usage. The document serves as a comprehensive framework for planning, implementing, and managing energy and water conservation projects in line with federal sustainability objectives and contributes to FAA’s commitment to responsible environmental stewardship.
    The FAA-C-1217H Chg 2 outlines the minimum installation requirements for electrical wiring within FAA facilities, ensuring safety and efficiency in alignment with national and international codes, such as the National Electric Code (NEC). This document supersedes FAA-C-1217H Chg 1 and expands on requirements for various FAA facilities, including communication wiring, grounding, and surge protection. It establishes criteria for electrical installations, emphasizing safe work practices, grounding methods, and quality assurance through rigorous testing protocols. The specification details wiring methods, conductor separation, hardware requirements, raceway systems, and installation procedures, while calling for adherence to specific codes for different environments like underground installations or corrosive areas. Facility-specific requirements are set out for sensitive operational environments to reduce risks associated with power outages. This comprehensive specification serves as critical guidance for contractors involved in FAA projects, promoting standardized, high-quality electrical installations that ensure the safety and functionality of aviation infrastructure. Overall, it reflects the FAA's commitment to operational excellence and regulatory compliance.
    The FAA-C-1391f specification outlines the installation requirements for underground electrical line distribution (ELD) systems owned by the FAA. It focuses on medium-voltage (MV) and low-voltage (LV) power cables, including their installation, termination, splicing, and transient/surge protection. The document emphasizes safety, quality assurance, and the qualifications required for personnel involved in the installation process. Key updates in this version (September 15, 2023) include revisions to previous guidelines, exclusion of non-ELD systems, and increased emphasis on testing protocols for newly installed cables, particularly concerning acceptance tests for MV cables. Contractors are encouraged to utilize best practices and innovations within specified guidelines, ensuring reliable and safe operation of ELD systems. The specification clarifies the boundaries between ELD and facility service entrance wiring, providing detailed guidelines for installation procedures and safety measures. It serves as a critical reference for federal RFPs and grants related to FAA projects, ensuring compliance with updated industry standards and safety practices while facilitating effective project execution.
    The FAA Standard FAA-STD-002H establishes guidelines for the preparation and revision of architectural and engineering drawings for facilities related to the Federal Aviation Administration (FAA). It incorporates nationally accepted practices and outlines standards for drawing practices, formats, electronic deliverables, and identification procedures. Key updates in this version emphasize electronic media usage, improved data management, and alignment with industry standards. The document delineates requirements such as drawing file formats, approved sheet sizes, and essential drawing components like title blocks, borders, and layer organization. It specifies drawing number structures essential for unique identification and proper archiving of FAA-related facility documents. The standard categorizes various types of drawings, including project, facility, and NAS equipment drawings, and provides clear procedures on how information should be presented. The FAA-STD-002H serves to ensure consistency, accuracy, and compliance in engineering documentation, critical for managing federal RFPs and grants. By laying out a framework for technical data control in FAA projects, it aims to streamline processes while enhancing product quality and collaboration across disciplines involved in aviation infrastructure development.
    The FAA-STD-019G document establishes standards for lightning and surge protection, grounding, bonding, and shielding for Federal Aviation Administration (FAA) facilities and electronic equipment. It outlines the mandatory requirements for the construction and modification of FAA operational facilities to ensure personnel safety and operational reliability against electrical hazards like lightning and power faults. Key components include bonding methods, lightning protection systems, and electrostatic discharge control, tailored to specific conditions and environmental factors. The document specifies compliance with various industry standards and mandates that deviations require formal justification. Additionally, it details the responsibilities of contractors and guidelines for equipment interfacing. This standard is vital for ensuring safety, minimizing outages, and enhancing the resilience of the FAA’s infrastructure supporting the National Airspace System (NAS). Compliance is required for all new constructions, equipment installations, and significant modifications within existing facilities.
    The FAA-STD-061A standard, approved by the Federal Aviation Administration (FAA), outlines the requirements for implementing new or replacing existing Airport Fiber Optic Transmission Systems (FOTS) within the National Airspace System (NAS). This document provides specifications for the design, selection, procurement, installation, and maintenance of fiber optic systems designed to support air traffic control services. Key requirements mandate the utilization of single-mode fiber optic cables for new installations and delineate project management considerations, network architecture, and life cycle support. The standard emphasizes the architecture’s resilience through diverse installation routes to minimize service interruption risks, detailing configurations for runway fiber loops, airport control towers, and associated redundancy measures. Additionally, it specifies equipment testing and maintenance standards, ensuring interoperability across existing systems while focusing on operational continuity and safety. Overall, FAA-STD-061A aims to ensure reliable communications infrastructure at airports, supporting efficient and secure air traffic control operations.
    The FAA's Job Aid AXF-2023-JA-05 outlines baseline physical security requirements for Facility Security Level (FSL)-2 critical infrastructure facilities. It serves as a guide for those engaged in new leases, construction, or technology upgrades, emphasizing that it complements FAA Order 1600.69D. Key points include established security thresholds applicable to existing and new FAA facilities, focusing on site security criteria, structure security, and interior security measures. The document specifies requirements such as perimeter fencing, vehicular access limitations, lighting standards, and procedural mandates for monitoring access points. Areas like hazardous materials storage, remote area protection, and employee access controls are also addressed. Security systems criteria detail surveillance coverage and intrusion detection measures essential for maintaining safety and compliance with existing federal guidelines. The job aid underscores the necessity of adapting security measures based on local threat evaluations and ensures that all parties involved remain aligned with the established FAA standards for physical security. Overall, this job aid emphasizes a structured approach to safeguarding critical FAA facilities through comprehensive and adaptable security measures.
    The FAA's Terminal Facilities Design Standard (TFDS) outlines comprehensive design criteria for constructing Airport Traffic Control Towers (ATCTs), Terminal Radar Approach Control (TRACON) facilities, and associated Base Buildings. This mandatory standard mandates compliance with federal engineering practices, applicable building codes, and environmental regulations. Key sections cover site preparation, civil engineering, architectural design, and safety regulations, including energy efficiency and occupational health standards. The document emphasizes the necessity for licensed architects and engineers to adhere strictly to design protocols, manage safety and environmental risks, and submit various design documents throughout the project lifecycle. Furthermore, the TFDS promotes standardization across terminal facilities to ensure operational efficiency and consistency in design, which supports the National Airspace System's needs. This document serves as a pivotal reference for government contracts and RFPs, guiding project execution from programming through construction, assuring compliance and effective resource management.
    The document outlines the specifications for the design-build construction of a new Airport Traffic Control Tower (ATCT) at David Wayne Hooks Regional Airport (DWH) in Tomball, Texas. Issued by the Federal Aviation Administration (FAA), it includes general conditions, project management procedures, and environmental guidelines that contractors must follow. The main work entails site clearing, construction of the ATCT and associated site infrastructure, such as utilities, landscaping, and security systems. Key topics include definitions of roles and responsibilities, environmental goals, project phases, and safety protocols, particularly regarding hazards like asbestos and lead. The contractor is tasked with maintaining compliance with federal and state regulations, coordinating with other entities, and ensuring minimal disruption to airport operations. The project is governed by a firm fixed-price contract, necessitating thorough scheduling, safety management, and strict adherence to regulations. Occupancy requirements allow the FAA to inhabit completed work areas prior to total project completion, given all necessary systems are operational. The document emphasizes the importance of quality control, environmental sustainability, and efficient communication with the FAA, supporting the overall goal of completing the project effectively while ensuring safety and operational integrity at the airport.
    The document outlines various aspects of federal and state/local Requests for Proposals (RFPs) and grants. It details the process through which government agencies seek proposals from contractors and organizations to fulfill specific needs or projects. Key elements include the criteria for eligibility, submission guidelines, evaluation procedures, and the importance of adherence to regulations and standards. The summary highlights the competitive nature of RFPs, emphasizing the need for thorough preparation and strategic planning by potential applicants. It underscores the significance of understanding funding mechanisms, program objectives, and the necessity for compliance with federal and state regulations. The document may serve as a guide for organizations looking to leverage funding opportunities provided by government bodies. Overall, this document serves to inform prospective applicants about the expectations and requirements surrounding government funding opportunities, ultimately aiding them in crafting successful proposals.
    The government document outlines various opportunities related to Request for Proposals (RFPs) and grants at the federal, state, and local levels. It highlights the importance of these RFPs in fostering partnerships between the government and private entities, aiming to address specific projects or areas of need. The structure of the document is not discernible due to data corruption, but it likely includes sections detailing eligibility requirements, objectives of the funding, application procedures, review criteria, and timelines for submissions. The emphasis is on transparency, ensuring that potential bidders understand how to effectively participate in the procurement process. By encouraging innovation and competition, these RFPs are designed to achieve significant improvements in public services, infrastructure, and community development. The document serves as a vital resource for organizations seeking federal and state funding opportunities, promoting an open bidding process to achieve the best outcomes for government projects.
    The Performance Questionnaire is designed to evaluate contractors involved in the FAA's DWH ATCT Replacement project. Prospective evaluators are instructed to complete the form with details about the contractor, including name, contract number, and financial specifics. Evaluators must assess various aspects of contractor performance, such as product quality, adherence to schedules, budget management, and customer satisfaction, by selecting responses ranging from "Exceptional" to "Unsatisfactory" for each criterion. The document aims to gather objective feedback from those with direct knowledge of the contractor's work, supporting source selection in future contracting decisions. Additional comments may be provided to clarify assessments. This questionnaire is significant in ensuring accountability and performance assessment within federal contract management, aligning with the purposes of RFPs and grant evaluations in governmental processes.
    The Federal Aviation Administration (FAA) issued a Request for Information regarding the replacement of the Hooks Air Traffic Control Tower (ATCT). The project demands a Design-Build contractor to finalize the FAA’s conceptual design without providing initial structural drawings. Specific requirements include certification from the Design-Build Institute of America (DBIA) for key personnel, while other roles, such as the Lead Structural Engineer, are exempt from this requirement. Contractor site access and operational considerations during construction are also outlined. The document emphasizes the responsibilities of the contractor regarding utility connections, fire protection standards, and environmental assessments. Detailed responses address questions about the construction plans, including the potential inclusion of a dedicated mechanical system, the design of the cab height, and fire safety considerations. Overall, the FAA seeks to ensure that all design and construction standards are met while allowing for some flexibility in methods and configurations. This solicitation reflects the FAA's commitment to establishing a modern and efficient ATCT within regulatory frameworks and industry best practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Add Design Service for TR Structures
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking design services for the construction of exterior towers at Building 100 in Houston, Texas, aimed at expanding the square footage for Telecommunication Rooms. The project encompasses multiple buildings, including Buildings 100, 103, 104, 108, 108A, 109, 110, 120, and 123, highlighting the importance of enhancing telecommunication infrastructure for the facility. Interested parties can reach out to Genevieve Fain at genevieve.fain@va.gov or call 216-447-8300 for further details regarding this opportunity.
    FY26 USACE HOUSTON SHIP CHANNEL TEXAS EXPANSION CHANNEL IMPROVEMENTS PROJECT, EAST 2 CLINTON DMPA IMPROVEMENTS, HARRIS COUNTY, TX
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the FY26 Houston Ship Channel Texas Expansion Channel Improvements Project, specifically focusing on the East 2 Clinton Dredged Material Placement Area (DMPA) improvements in Harris County, Texas. The project entails constructing an upland confined placement area to manage maintenance dredging materials from future dredging activities, which includes various construction tasks such as grading, drainage channel construction, erosion control, and site cleanup. This initiative is crucial for maintaining the operational efficiency and environmental compliance of the Houston Ship Channel, a vital waterway for commercial shipping. Interested contractors can reach out to Lillie Johnson at lillie.s.johnson@usace.army.mil or Jeremy Babb at Jeremy.Babb@usace.army.mil for further details regarding the solicitation process.
    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.
    C1DA - EHRM Infrastructure Upgrades Design Houston, TX VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the construction of exterior towers at the Houston, TX Veterans Affairs Medical Center (VAMC). The project aims to enhance the infrastructure by adding additional square footage for Telecommunication Rooms across several buildings, including Buildings 100, 103, 104, 108, 108A, 109, 110, 120, and 123. These upgrades are crucial for improving the facility's telecommunication capabilities, which are essential for supporting healthcare services. Interested parties can contact Genevieve Fain at Genevieve.Fain@va.gov or Anthony Wilson at Anthony.Wilson3@va.gov for further information regarding this opportunity.
    Janitorial Services at Moses Lake, WA ATCT
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses, must submit their responses detailing their capabilities, business size, and bonding capacity by 2:00 PM CST on January 9, 2026, with an estimated construction budget of less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base. This project involves the repair or alteration of airfield structures, with a focus on enhancing operational capabilities at the base. The estimated contract value ranges from $1,000,000 to $5,000,000, and interested contractors are encouraged to attend a site visit on December 30, 2025, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and inquiries can be directed to Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.