QZA Parking Lot Replacement
ID: 697DCK-25-R-00185Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF RADAR AND NAVIGATIONAL FACILITIES (Z1BC)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the QZA ARSR Parking Lot Improvement Project, issued by the Federal Aviation Administration (FAA). The project, officially designated as WA-25-01270, seeks to improve parking facilities near Oilton, Texas, with an estimated contract value between $100,000 and $250,000, exclusively targeting small business concerns under the NAICS code 237310 for highway construction. The contractor is required to begin work within five days of receiving the notice to proceed and to complete the project within 30 calendar days. Key project documents include a Statement of Work and accompanying drawings, with mandatory adherence to specific wage determinations. Various terms and conditions, including payment structure, inspection protocols, and the requirement for performance and payment bonds, are specified. Additionally, contractors must comply with recent executive orders promoting energy efficiency and addressing discrimination. The solicitation emphasizes the importance of following federal guidelines, ensuring project delivery standards, and maintaining compliance with environmental and safety regulations. This RFP illustrates the FAA's ongoing commitment to improving infrastructure while fostering opportunities for small businesses.
    This document serves as an official amendment to solicitation number 697DCK-25-R-00185, issued by the Federal Aviation Administration’s Regional Acquisitions office. The amendment aims to update several solicitation clauses, specifically removing clauses related to environmentally preferable products and electronic products environmental assessment. Additionally, it includes responses to contractor questions in the form of a Request For Information (RFI) document, attached to the solicitation. Importantly, the proposal response due date has been extended from April 25, 2025, to April 29, 2025, at 3 PM EDT, allowing contractors additional time to prepare submissions. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. Overall, the document reflects the FAA's commitment to ensuring clarity and addressing contractor inquiries within the procurement process.
    The document pertains to the Parking Lot Improvement Project at the QZA Air Route Surveillance Radar (ARSR) site located at 1879 Welhausen Road, Oilton, TX. It outlines the project's main goal of enhancing infrastructure through detailed drawings and specifications, including a demolition plan, construction details, and site layout. Key points emphasize the contractor's responsibilities, such as verifying dimensions, safeguarding utilities, maintaining safety standards, and obtaining necessary permits. Additionally, it instructs on erosion control measures, management of construction debris, and maintaining access during construction. The document serves to guide contractors on executing the project while adhering to Federal Aviation Administration (FAA) regulations and ensuring minimal disruption to existing site operations. Overall, the project aims to modernize and improve the radar site's facilities, enhancing operational functionality and safety.
    The Federal Aviation Administration (FAA) is undertaking a Parking Lot Improvement Project for the QZA Air Route Surveillance Radar (ARSR) site in Oilton, Texas. This project aims to enhance vehicular accessibility and includes demolition, excavation, and installation of new pavement and drainage systems. The contractor will also upgrade a motorized gate and install power lines per FAA safety and construction standards. Key tasks require the contractor to coordinate with the FAA's Contracting Officer, perform site clean-up, manage construction debris, and comply with environmental regulations to prevent water contamination. The project emphasizes safety, requiring adherence to OSHA guidelines, establishment of a Safety Plan, and training for personnel. The FAA mandates inspections and compliance checks at various stages, with clear protocols for documentation and warranty provisions. The contractor is responsible for ensuring site restoration and obtaining necessary permits before work commencement. This project showcases the FAA's commitment to improving infrastructure while ensuring compliance with federal and state regulations, highlighting extensive planning and safety measures critical to modernizing airport facilities.
    The document serves as an attendance record from the site visit conducted for the federal project "QZA Parking Lot Replacement" (RFP #697DCK-25-R-00185) on April 9, 2025. It specifies that bids for the project are due by April 25, 2025, with no extensions provided. Multiple contractors attended the site visit, including representatives from PaveConnect, Soliz Paving, Gallegos Paving, Yorkshire Industries Inc, and SA Sealcoating & Asphalt Repair, among others. Each contractor is listed with contact information, indicating their interest in participating in the bidding process. This accumulation of contractors indicates healthy competition, which aligns with the federal government's objective of fostering participation in public contracts. The document is structured clearly, listing attendees alongside their affiliations and contact details, underscoring the collaborative aspect of the bidding process for government-funded projects.
    The document outlines a Request for Information (RFI) for the QZA Parking Lot Replacement project managed by the FAA, with bids due by April 25, 2025. It includes details from a pre-bid site visit that address various inquiries related to project specifics, contractor responsibilities, and site conditions. Notably, there has been no prior parking lot work at this site in 24 years, and challenges in sourcing materials locally are acknowledged. The existing parking lot plans are considered outdated, and contractors are advised to verify current conditions on-site. Key requirements include adherence to FAA standards for gates, subgrade preparation without known issues, and compliance with Texas DOT specifications for pavement materials. The project has a total estimated value of $100,000 to $250,000 and is designated as a small business set-aside. Contractors must coordinate for storage on-site, provide portable toilets, and submit deliverables in specified formats. While there are no explicit targets for construction waste diversion, contractors are encouraged to implement plans to maximize recycling. The document emphasizes regulatory compliance, specific technical requirements, and administrative procedures vital for prospective bidders.
    The document details the General Decision Number TX20250003, effective January 3, 2025, related to wage determinations for heavy and highway construction projects in Cameron, Hidalgo, and Webb Counties, Texas. It outlines compliance with the Davis-Bacon Act and relevant Executive Orders regarding minimum wage rates for workers engaged in federal contracts. Contracts awarded after January 30, 2022, mandate a minimum hourly wage of $17.75 under Executive Order 14026, whereas those awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $13.30 under Executive Order 13658. A list of labor classifications and their respective wage rates is provided, supporting compliance and ensuring fair compensation within the specified constructions sectors. Moreover, the document addresses contractor responsibilities for paid sick leave under Executive Order 13706 and the appeal process for wage determination disputes. This guidance is vital for bidders and contractors, aligning with federal and state regulations to uphold labor rights in public works projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Stafford Building Major Electrical Upgrade - Construction
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This procurement involves comprehensive electrical upgrades, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is critical for enhancing the electrical infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by December 16, 2025, at 3:00 PM CT, and interested parties should direct inquiries to Neil Amaral at neil.s.amaral@faa.gov or call 405-954-8381.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    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.
    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.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    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.
    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.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma (Project No. OK NP MULTI PMS(1)) and North Texas (Project No. TX NP MULTI PMS(2)). This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the construction and preservation of highways, roads, and bridges, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and efficient transportation. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can reach the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    MARKET SURVEY: ELECTRICAL SERVICES TO SUPPLY POWER TO NEW STORAGE TRAILERS AT THE MAST SITE Z FACILITY IN TOA BAJA, PR
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified electrical contractors for the installation of electrical services to supply power to new storage trailers at the MAST Site Z facility in Toa Baja, Puerto Rico. The project involves installing two electrical circuits, including running approximately 200 feet of conduit, installing a junction box, and providing circuit breakers, all in compliance with the National Electrical Code and local regulations. This initiative is crucial for supporting surveillance infrastructure in Puerto Rico and the U.S. Virgin Islands, with an estimated project cost between $10,000 and $30,000. Interested vendors must submit their statements of interest and capability by 4:00 p.m. Central Time on December 17, 2025, to Stephen Branch at stephen.n.branch@faa.gov, marking their submissions as proprietary as necessary.
    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.