ZMP Multiple Power Panels Replacement
ID: 697DCK-26-R-00078Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES (Y1BC)

Set Aside

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

    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 This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000.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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) has issued a Screening Information Request (SIR) (Solicitation # 697DCK-26-R-00078) for replacing power panels at the Minneapolis (ZMP) ARTCC in Farmington, Minnesota. This is a full and open solicitation for small businesses with an estimated price under $100,000, requiring insurance, electronic proposals, and adherence to Davis Bacon Wage Rates and the Buy American Act. The selected contractor will provide labor, materials, and supervision, operating under a firm fixed-price, one-job lump sum contract. Key requirements include electronic submittals, a detailed Schedule of Values, and compliance with FAA specifications and drawings. The project has a 5-day commencement period after receiving notice to proceed and a 30-calendar-day completion period. The document outlines specific clauses regarding inspections, delays, holidays, contract administration, electronic commerce, wage rate determinations, payments, and various other regulatory and operational requirements, including the use of E-Verify and construction waste management.
    The Federal Aviation Administration (FAA) is undertaking a comprehensive project at the ARTCC facility in Farmington, Minnesota, focusing on essential power system replacements and facility baseline layout updates. The project encompasses several key areas: replacement of power panels for critical systems like RCL, LP-CH, LPG, HAZMAT, and PP-MOV, including detailed panel schedules and short-circuit characteristics; renovation of the administration wing with a single-line diagram for electrical systems; and extensive facility baseline layouts covering the automation, control, and administration wings. The documentation includes site plans detailing infrastructure such as power transformers, fuel storage, and communication towers, along with guide plans for the basement outlining mechanical and electrical rooms, boiler rooms, and control panels. Fire resistance ratings for walls are also specified. This project ensures the modernization and reliability of the ARTCC facility's power infrastructure and overall layout.
    The FAA-C-1217H Chg 2 specification outlines the minimum installation requirements for electrical wiring within Federal Aviation Administration (FAA) facilities, buildings, yards, and parking lots. This document, superseding earlier versions, augments national codes like the National Electric Code (NEC) by setting more stringent performance and safety standards tailored to FAA mission needs. It covers general requirements such as grounding, safe work practices, power systems analyses, and lightning/surge protection, often exceeding NEC provisions. Detailed requirements span wiring methods (including conduit types, conductor separation, and neutral conductors), boxes, wiring devices (receptacles, switches), service equipment, panelboards, motors, transformers, and lighting. The specification also addresses facility-specific needs for critical NAS operations facilities like ARTCCs and TRACONs, emphasizing robust installations to prevent service interruptions and enhance safety.
    The FAA-STD-019G standard, updated January 16, 2024, outlines mandatory requirements for lightning and surge protection, grounding, bonding, and shielding in Federal Aviation Administration (FAA) facilities and electronic equipment. This standard is crucial for federal government RFPs, grants, and state/local RFPs, ensuring the hardening of sites to prevent service delays, minimize outages, and enhance personnel safety. It applies to new facilities, modifications, upgrades, and equipment procurement within the National Airspace System (NAS). Key areas covered include bonding techniques like exothermic welds and mechanical connections, detailed lightning protection system components and routing, and Earth Electrode System (EES) requirements. The standard also addresses National Electrical Code compliance, Surge Protective Device (SPD) requirements, and grounding for NAS electronic equipment areas, often exceeding industry minimums to meet FAA mission needs. Deviations are only permissible with approved National Airspace System (NAS) Change Proposals.
    This government file, General Decision Number: MN20250053, issued on June 13, 2025, sets prevailing wage rates and fringe benefits for building construction projects in Hennepin County, Minnesota, excluding single-family homes and apartments up to four stories. It outlines definitions for labor classifications, referencing Minnesota Rules 5200.1100, 5200.1101, and 5200.1102. The document details compliance requirements under Executive Orders 14026 and 13658, specifying minimum wage rates for covered contracts based on award or renewal dates. For contracts entered into on or after January 30, 2022, or renewed/extended after this date, the minimum wage is $17.75 per hour in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, not renewed, have a minimum of $13.30 per hour in 2025. The document also provides a comprehensive list of wage rates and fringes for various construction trades, from Articulated Hauler to Wiring Systems Installer. It also addresses Executive Order 13706, which mandates paid sick leave for federal contractors. Finally, it explains the process for appealing wage determinations, including initial decisions, requests for review by the Wage and Hour Administrator, and appeals to the Administrative Review Board.
    The "VARIOUS POWER PANELS REPLACEMENT" project at the Minneapolis ARTCC (ZMP) in Farmington, MN, aims to replace outdated power panelboards and related electrical infrastructure. Managed by the Federal Aviation Administration (FAA), the project involves replacing six specific power panelboards, including LP-CH at the New Pump House, LPG at the Garage, PP-MOV at Admin Basement Room B115, Hazmat BLDG at the Universal Waste Building, and GLA at PSB Room 105. Additionally, Power Panelboard RCL at the Comm Stairwell and its transformer will be demolished. The contractor is responsible for furnishing all labor, equipment, and materials, ensuring compliance with FAA security requirements, local codes, and specified safety standards. The work will be performed in phases, with each phase having a 30-day completion target after commencement. The project emphasizes strict coordination with the FAA to minimize disruptions to the 24/7 operational facility, adherence to specific working hours, and the provision of temporary facilities. Special attention is given to grounding, bonding, and electrical system identification, with strict adherence to FAA, NEC, and UL standards, and the prohibition of hazardous materials like asbestos and lead.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ZMP Multiple Projects
    Transportation, Department Of
    The Department of Transportation, Federal Aviation Administration (FAA), is soliciting offers for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, Minnesota. The procurement involves a firm-fixed price contract estimated between $400,000 and $500,000, focusing on replacing corroded heating boiler exhaust stacks, chilled water valves, humidifiers, and gas unit heaters, all of which are critical for maintaining the operational efficiency of the facility. Contractors must adhere to strict safety regulations, including compliance with the Davis-Bacon Wage Rates and the Buy American Act, while ensuring minimal disruption to the 24/7 operations of the ARTCC. Interested firms should contact Joshua Espinosa at joshua.j.espinosa@faa.gov or call 404-305-5799 for further details, and are advised to monitor the solicitation website for amendments and updates.
    Power Systems Design & Install 2
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Power Systems Design & Install II project, which involves the design and installation of electrical systems. This procurement is a presolicitation notice for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, partially set aside for small businesses, with a total potential duration of ten years, including a four-year base period and two three-year option periods. The contract will cover firm-fixed-price services, including site visits, engineering design, and installation, with a guaranteed minimum of $10,000 per awarded contract and a maximum of $15,000,000 per task order. Interested contractors must register with the System for Award Management (SAM) and submit inquiries by January 23, 2026, to Jennifer Perry at jennifer.l.perry@faa.gov or Stefanie Wiles at stefanie.wiles@faa.gov.
    Selfridge ANG (Detroit MI) Electrical Installation - UPDATED RFI Responses
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the installation of electrical infrastructure at Selfridge Air National Guard Base in Detroit, Michigan, specifically for a Remote Surveillance System – Maritime (RSS-M) project. The contractor will be responsible for providing all necessary labor, tools, materials, and transportation to install a fused disconnect switch and other electrical components, adhering to local, state, and federal regulations. This temporary installation is crucial for enhancing surveillance capabilities and will be removed once requirements change. Interested contractors must submit their quotations by January 7, 2026, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov. Funding for this project has been certified and obligated for the year 2026.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Solicitation for Short Devices PN:U3001080-091
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting proposals for the supply of 300 Trans/Short Devices, specifically Part Number U3001080-01, from New Bedford Panoramex Corporation. The procurement requires contractors to provide all necessary labor, facilities, equipment, and materials for manufacturing, with delivery expected within 40 days after receipt of the order to the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This equipment is critical for FAA operations, and the contract will include various clauses related to payment, warranty, and supply chain security. Interested parties must submit their proposals to Haylee Garcia at haylee.p.garcia@faa.gov, ensuring they are registered in the System for Award Management (SAM) prior to award.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    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.