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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 7:00 PM UTC
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
Apr 23, 2025, 6:09 PM UTC
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.
Apr 23, 2025, 6:09 PM UTC
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.
Apr 23, 2025, 6:09 PM UTC
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.
Apr 23, 2025, 6:09 PM UTC
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.
Apr 23, 2025, 6:09 PM UTC
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.
Apr 23, 2025, 6:09 PM UTC
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
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 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.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
IIJA: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 16 April 2025
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified small businesses for a flooring replacement project at the Houston ARTCC facility, specifically targeting the boiler room, chiller room, and ESU offices. The project involves the removal and disposal of existing vinyl and carpet flooring, asbestos abatement, and the installation of new epoxy flooring, adhering to strict safety and compliance standards. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and is budgeted between $50,000 and $100,000, with a contract award anticipated to the lowest responsive bidder by April 25, 2025. Interested contractors must submit their proposals to Nina Musser via email by the specified deadline, ensuring all required documentation is included.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring contractors to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This procurement is critical for enhancing safety and security at a vital air traffic facility, with a total small business set-aside and an estimated project cost under $50,000. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov or by phone at 404-305-5790.
Pittsburgh International Airport (PIT) Refurbish Parking Lot and Sidewalk
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the refurbishment of the parking lot and sidewalks at the Pittsburgh International Airport (PIT). The project encompasses the removal and replacement of concrete sidewalks, curbs, and gutters, as well as asphalt milling and resurfacing, and security fence repairs, all aimed at enhancing the airport's infrastructure and operational efficiency. This opportunity is set aside for small businesses, with an estimated contract value between $300,000 and $500,000, and proposals are due by May 21, 2025, with a mandatory site visit scheduled for May 9, 2025. Interested contractors should contact Rodgers Cox at rodgers.l.cox@faa.gov for further details and must comply with federal regulations, including wage determinations under the Davis-Bacon Act.
IIJA FUNDED - SAT ATCT TERMINAL FACILITY IMPROVEMENT PROGRAM (TFIP)
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA funded Terminal Facility Improvement Program (TFIP) at the San Antonio Airport Traffic Control Tower (ATCT). This project aims to modernize and enhance the ATCT and Base Building, focusing on architectural modifications, structural reinforcements, and upgrades to mechanical, electrical, plumbing, and fire protection systems to meet FAA regulations and improve operational efficiency. The estimated contract value ranges from $3 million to $7 million, with proposals due by May 13, 2025, and a mandatory site visit scheduled for April 10, 2025. Interested contractors must register in the Systems for Award Management (SAM) database and direct any inquiries to Ms. Thuylinh TranNguyen at thuylinh.t.trannguyen@faa.gov by April 18, 2025.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
Evansville, IN - Access Road Repair in Evansville, IN
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Access Road Repair project in Evansville, Indiana. Contractors are required to provide all necessary materials, labor, and supervision to repair the access road and parking area at the Evansville Regional Airport, adhering to specific safety and operational standards outlined in the attached documentation. This project is crucial for maintaining infrastructure integrity and operational continuity at the airport, with an estimated contract value between $50,000 and $100,000. Interested bidders must submit their quotes by May 2, 2025, and ensure compliance with registration in the System for Award Management (SAM) and INDOT certification, with further inquiries directed to Jennifer Perry at jennifer.l.perry@faa.gov or Janice K Hammonds at janice.hammonds@faa.gov.
Manufacture and deliver two (2) pre-cast hand holes and four (4) pre-cast foundations in accordance with drawings to Roanoke, VA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a qualified vendor to manufacture and deliver two pre-cast hand holes and four pre-cast foundations in accordance with provided specifications to Roanoke, Virginia. The selected contractor will be responsible for adhering strictly to the drawings supplied by the FAA, which will also provide the necessary base cans for manufacturing the pre-cast lamp housing assembly foundations within one week of contract award. This procurement is a total small business set-aside, and the award will be made based on the lowest price technically acceptable (LPTA) proposal that meets the RFQ requirements. Interested vendors should refer to solicitation document number 697DCK-25-R-00053 for detailed instructions and must contact Michael Eadon at Michael.Eadon@faa.gov for further inquiries.