PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
ID: 6973GH-25-R-00074Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

MISCELLANEOUS CONSTRUCTION EQUIPMENT (3895)

Set Aside

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

    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals from small businesses for the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Control Center in California. The project, funded under the Bipartisan Infrastructure Law, requires comprehensive design-build services, including safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations, adhering to local building codes and safety regulations. This initiative is crucial for enhancing infrastructure while ensuring compliance with safety standards and operational continuity for FAA personnel. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov, with the estimated project value ranging between $100,000 and $250,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has released a Scope of Work (SOW) for the demolition and replacement of stairways and loading ramps at the Palmdale ARTCC in California. The project involves the complete construction services, including the safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations. Contractors are required to follow safety precautions to protect both public and FAA personnel, adhere strictly to local building codes, and ensure that FAA operations aren't disturbed. Key considerations include maintaining site access, managing logistics for materials, and conducting thorough site inspections. The document outlines specific dimensions and specifications for each stairway and ramp to be replaced. It emphasizes the contractor's responsibility for safety and compliance with OSHA regulations, as well as the need for clean-up and material protection during the project's duration. The FAA also maintains the right to inspect and participate in the construction process. This RFP reflects the FAA's initiative to enhance infrastructure while ensuring safety and compliance within its operational framework.
    This solicitation, issued by the FAA Aeronautical Center, requests total small business proposals for design-build services concerning the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Center. The project magnitude is estimated between $100,000 and $250,000, and participation is restricted to businesses registered in the System for Award Management (SAM). Notably, all bids must adhere to the guidelines set for the identified NAICS Code 236210, concerning industrial building construction. Participants must submit their proposals by February 15, 2025, and a site visit is scheduled for January 28, 2025. Additionally, contractors must ensure compliance with various contractual obligations, including performance details, record-keeping, and numerous government-mandated clauses such as equal opportunity provisions and subcontracting requirements. The solicitation underscores the FAA's aim to enhance small business participation and regulatory adherence in federal projects, promoting an inclusive contracting environment while ensuring the quality and safety of construction operations.
    This document outlines the key questions and answers regarding a federal project under the Uniform Bipartisan Infrastructure Law (BIL), specifically addressing access, compliance, and construction specifications. Responses clarify that the BIL report must be submitted with proposals, and temporary access passes will be issued instead of FAA PIV cards for contractors. Adequate vehicle inspection and specific safety compliance measures, including the presence of fire safety plans during welding operations, are mandated. The project predominantly involves design-build elements, where shop drawings are acceptable for the work but stamped drawings are required. Compliance with ADA standards for stairs and handrails is emphasized, with tolerances permitting steel fabrication for staircases. The document also specifies construction logistics such as staging areas, working hours, and contractor responsibilities, including the provision of portable toilets. Overall, it serves as a procedural guide for prospective bidders on the project’s requirements and compliance measures, ensuring clarity on expectations and obligations for a successful bid submission.
    The document outlines the general decision regarding prevailing wage rates for various construction projects under the Davis-Bacon Act in Los Angeles County, California, effective January 3, 2025. It details the classification, wage rates, and fringe benefits for different trades, including asbestos workers, electricians, plumbers, and laborers involved in building, heavy, highway, and dredging construction. Specific minimum wage requirements based on Executive Orders 14026 and 13658 are outlined, indicating fair compensation standards for covered federal contracts. The document also describes premium pay conditions for specific locations, job classifications, and additional hourly rates depending on areas within Los Angeles County. Compliance with health and safety regulations is emphasized, requiring contractors to ensure worker protection and adhere to wage determinations published by the Department of Labor. This document serves as a crucial resource for contractors and government agencies to guarantee appropriate compensation and fair labor practices in publicly funded projects.
    The Performance Questionnaire is a tool used for evaluating contractors involved in government contracts. It gathers essential information from the contractor, including name, contract details, duration, and financials. Evaluators, such as project managers or contracting officer representatives, assess the contractor's performance across seven key areas: quality of products and services, performance as a general contractor or architect/engineer, fulfillment of technical requirements, adherence to schedules, cost control, customer satisfaction, and an overall performance assessment. Evaluators rate each area using a scale from "Exceptional" to "Unsatisfactory" and provide comments to elaborate on their assessments. This procedure aims to ensure high standards for contractors in federal and state/local RFPs and grants by objectively measuring contractor performance during project execution and compliance with contractual obligations.
    This document is an amendment to a solicitation involving a government contract identified as 6973GH-25-R-00074. The primary purpose of the amendment is to extend the proposal submission deadline. The original due date was February 14, 2025, at 12:00 PM PT, which has been moved to February 21, 2025, at the same time. This extension is intended to provide interested parties ample time to respond to Request for Information (RFI) questions. Aside from this modification, all other terms and conditions of the contract remain unchanged and in full effect. The document is structured with specific sections detailing the contract ID, modification number, effective date, and the description of changes made. It outlines the responsibilities of the contractor regarding acknowledgment of this amendment and retention of compliance with original terms. This amendment showcases the government's efforts to facilitate a transparent and fair proposal process while maintaining adherence to established procurement protocols.
    This document pertains to an amendment of a solicitation for a government contract, specifically amending RFP number 6973GH-25-R-00074. The main purpose of this amendment is to extend the proposal due date from February 21, 2025, at 12:00 pm PT, to March 07, 2025, at the same time. This extension is intended to provide potential vendors sufficient time to prepare their proposals following the receipt of requests for information (RFI) responses. The amendment clarifies that all other terms and conditions of the original contract remain unchanged and in full effect. The document is structured to detail the amendment's identification, reasons for the change, and instructions for vendors on acknowledging receipt of the amendment while ensuring compliance with proposal submission requirements. This summary strengthens awareness of the RFP process, exhibiting government's commitment to transparency and vendor engagement by accommodating timelines for proposal preparation.
    The document outlines the schedule of special inspections required for welding activities in compliance with the 2021 International Building Code (IBC) and American Institute of Steel Construction (AISC) standards. It specifies critical tasks such as verifying interpass temperatures, cleaning welds, and assessing the size, length, and location of welds to ensure adherence to construction drawings. Observations and performance of inspections, including visual acceptance criteria for welds and documentation of repair activities, are mandated. The document distinguishes between tasks to be performed and those to be observed on a random sampling basis, ensuring ongoing compliance during welding operations. It emphasizes the requirement for documenting all inspections and repairs to promote transparency and accountability in the construction process. The framework established within the document underscores its role in enhancing structural integrity and maintaining compliance with safety standards in government-funded construction projects.
    The document outlines the Schedule of Special Inspections focusing on structural steel welding, ensuring compliance with 2021 IBC 1705.2.1 and AISC 360-22 standards. Key elements include inspections before and during the welding process, where inspectors must verify welding procedures, qualifications of welders, and proper control and handling of consumables. Specific tasks outline both performance and observational duties categorized into distinct phases. For instance, prior to welding, inspectors must confirm the availability of welding procedures and manufacturer certifications, while during welding, they must monitor conditions such as wind speed and compliance with environmental criteria. The inspections emphasize random sampling and adherence to specifications, underscoring the contractor's responsibility even if inspections aren't completed beforehand. This structured approach is crucial for maintaining safety, quality, and compliance in construction projects funded via federal and state RFPs or grants, reflecting government priorities in promoting construction standards and public safety.
    The Federal Aviation Administration (FAA) provides instructions for the Uniform Bipartisan Infrastructure Law (BIL) Data Report, requiring completion across five tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab focuses on collecting specific contractor details, such as socio-economic status, project locations, energy savings initiatives, non-domestic product usage, subcontractor information, and jobs created. Contractors must input detailed data including contract identifiers, financial obligations, project descriptions, and job metrics. The report emphasizes compliance with Buy American provisions and environmental considerations, reflecting overall project accountability. For further guidance, FAA contacts are provided. The structure dictates clear categorization of data necessary for maintaining oversight and transparency in federally funded projects under the BIL, ensuring contractors adhere to regulations while contributing to economic and environmental goals. This document serves as a foundational reference for contractors fulfilling their reporting obligations within government grants and contracts.
    Similar Opportunities
    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.
    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.
    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.
    Z2JZ--Demo and Replace Stairs and Ramps (VA-25-00042518), 549A-SL-2501
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the demolition and replacement of stairs and ramps at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 549A-SL-2501. This project specifically requires the removal and repair of ramps and stairs at multiple buildings, along with the installation of a concrete pad, and is set aside exclusively for 100% Service Disabled Veteran-Owned Small Businesses (SDVOSB). The contract budget is estimated between $25,000 and $100,000, and contractors must comply with various federal regulations, including providing performance and payment bonds, as well as adhering to safety standards. Interested contractors should submit their quotes electronically, along with the necessary documentation, and direct any inquiries to Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov by the specified deadline.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE WOMEN’S RESTROOM AND MEN’S SHOWER AREA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the women's restroom and men's shower area at the ZSU Combined EnRoute and Approach Control Facility (CERAP) in San Juan, Puerto Rico. The project involves the complete removal and replacement of plumbing fixtures, toilet partitions, wall tiles, and the installation of new water supply lines, all while ensuring compliance with ADA standards and maintaining operational integrity during construction. This refurbishment is crucial for enhancing facility functionality and employee comfort, adhering to safety protocols, and minimizing disruption to FAA operations. The contract budget is estimated between $50,000 and $100,000, with a mandatory site visit scheduled for March 5, 2025, and proposals due by March 19, 2025. Interested contractors should contact Nina Musser at nina.j.musser@faa.gov or Samantha Pearce at samantha.a.pearce@faa.gov for further information.
    RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Bipartisan Infrastructure Law (BIL). The project involves significant construction work, including the replacement of the slide gate and improvements to the asphalt parking lots at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon notice to proceed. Interested contractors must adhere to specific requirements, including submitting an "Organizational Experience Questionnaire," providing a proposal guarantee, and complying with wage determinations under the Davis-Bacon Act. The proposal submission deadline has been extended to February 28, 2025, at 5:00 PM Central Time, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    *IIJA* SOLICITATION: REFURBISHMENT OF THE CAFETERIA AT THE ZSU COMBINED ENROUTE AND APPROACH CONTROL (CERAP) FACILITY IN SAN JUAN, PR
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the cafeteria located at the San Juan Combined EnRoute and Approach Control Facility (CERAP) in Puerto Rico. The project entails comprehensive renovations, including the relocation of appliances and furniture, demolition of specific walls, removal of flooring and fixtures, and installation of new cabinetry and flooring, all while adhering to safety standards and minimizing disruption to FAA operations. This refurbishment is part of the FAA's commitment to maintaining safe and functional facilities, with an estimated project cost between $100,000 and $135,000, and a completion timeline of 60 days post-Notice to Proceed. Interested contractors, particularly small businesses, should contact Stephen Branch at stephen.n.branch@faa.gov for further details and ensure compliance with all submission requirements outlined in the solicitation documents.