6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
ID: 6973GH-25-R-00122Type: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on identified U.S. Forest Service (USFS) tower assets located in Mississippi. The project involves installing new grounding systems, conducting corrosion control, and ensuring the structural integrity of guyed towers, with completion expected within 30 days of receiving a Notice to Proceed. This procurement is critical for maintaining communication infrastructure essential to USFS operations, and interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, with all inquiries directed to Tamara Maxwell at tamara.m.maxwell@faa.gov.

Point(s) of Contact
Files
Title
Posted
The document is a Request for Quotations (RFQ) issued by the Federal Aviation Administration (FAA) for specific supplies and services associated with construction projects at three sites in Mississippi: Airey South, Erambert Orchard, and Wausau Repeater. It outlines the need for contractors to furnish all labor, materials, and equipment needed to complete the projects within 30 days after receiving a Notice to Proceed. The RFQ specifies the requirement for electronic submission of payment requests, compliance with various government regulations such as the Buy American Act, and prohibits contracting for products or services from Kaspersky Lab entities. Additionally, it emphasizes the importance of submitting quotations and securing necessary performance and payment bonds. The document includes detailed schedules for site visits, payment terms, and stipulates that funding is subject to availability. Contractors are required to follow regulations regarding wage determinations, as well as provide necessary forms and bonds to ensure the timely and effective completion of the projects. This RFQ forms part of a broader federal initiative to engage competitive offers while adhering to rigorous compliance and safety standards.
The Statement of Work (SOW) outlines requirements for maintenance and repairs of guyed towers for the U.S. Forest Service (USFS) as part of its mission to manage national forests effectively. The selected contractor will address critical infrastructure issues, focusing on specific sites in Mississippi, including Airey South, Erambert Orchard, and Wausau Repeaters. Key tasks include installing grounding systems per standards, performing corrosion control, and ensuring structural integrity through tensioning of guy wires. The contractor will provide all necessary equipment and submit a detailed project schedule, with work completion expected within 30 days from commencement. Compliance with safety regulations, including OSHA and NFPA standards, is mandatory throughout. Additionally, the contractor must ensure security of government equipment and conduct remedial actions as outlined in inspections, following procedures for documentation and reporting. The document emphasizes the importance of structural safety and environmental considerations in the maintenance of communication infrastructure integral to USFS operations.
The document appears to be a corrupted or improperly formatted file, making it challenging to extract coherent information or identify a clear topic. Nevertheless, the context suggests it relates to government requests for proposals (RFPs), federal grants, or local initiatives likely aimed at funding or regulating projects. The overarching purpose of such documents typically encompasses soliciting proposals from potential contractors and grant applicants to support governmental or public service projects. Key ideas in government RFPs often include project objectives, eligibility requirements, evaluation criteria, submission guidelines, and timelines. Despite the difficulty in deriving specific content, the analysis of the typical structure of an RFP indicates that essential components would revolve around the desired project outcomes, funding limits, and compliance regulations. In summary, while the document's accessibility is hindered due to corruption, it is understood to reflect ongoing governmental processes for funding and managing public projects through solicitations and grant-writing practices, underpinning the collaborative efforts between the government and external organizations.
The document is a release form utilized by contractors in relation to federal transportation contracts. It formalizes the contractor's acceptance of a payment sum from the U.S. Government and serves to release the Government and its representatives from any liabilities connected to the contract, with specific exceptions. Noteworthy exclusions include pre-defined claims, third-party liability claims not known at the time of the release, and reimbursement claims related to patent issues. Contractors are required to comply with the contract's terms regarding notifications and ongoing obligations concerning patents and legal claims. This form is crucial in ensuring a formal conclusion of financial obligations while protecting both parties' interests under the contractual agreement. Its structure includes sections for the contractor’s details, payment amounts, claims exclusions, and execution signatures, highlighting the importance of accountability and compliance in governmental contracting environments.
The document is a payment bond form for use when a payment bond is required under federal law, specifically the Act of August 24, 1935. It establishes a binding agreement between the Principal (the contractor) and Surety(ies) (the guarantors) for payment obligations related to labor and materials in government contracts. Key components include the legal identification of the Principal, Surety(ies), and the bond's penal sum amount. The obligation becomes void if the Principal ensures timely payment to all parties providing labor or materials, allowing for modifications to the contract without notifying Sureties. Instructions detail the requirements for executing the bond, including the need for corporate seals, the necessity for sureties to be approved, and the obligations of the signatory. The form is governed under OMB control number 2120-0595, which mandates compliance with the Paperwork Reduction Act. Overall, this form ensures financial protection for government contracts, safeguarding suppliers and laborers involved in federally funded projects.
The document is a bid bond form used in the context of federal contracting, specifically overseen by the Federal Aviation Administration (FAA). It serves as a guarantee that a principal (the bidder) will fulfill the terms of their bid on a government project, typically relating to construction, supplies, or services. The bond includes essential details such as the date of execution, the principal's legal name and address, type of organization, and the surety's name and address, along with the penal sum of the bond. In essence, the bond becomes void if the principal accepts the bid and fulfills the necessary contractual obligations or compensates the government for any additional costs incurred. Key conditions stipulate that any extension for the acceptance of the bid does not affect the surety's obligations unless they exceed 60 days. The document outlines both the legal commitments of the parties involved and the procedural requirements underpinning federal RFPs, ensuring compliance and accountability during the bid process. It emphasizes the importance of adhering to federal guidelines to secure government contracts effectively, ultimately facilitating smoother operations within federal grant and RFP procedures.
The Performance Bond document outlines the obligations of the Principal and Sureties to the United States Government in relation to government contracts. It specifies that a performance bond is necessary when the Principal enters into a contract, and it acts as a guarantee for fulfilling all contract terms and any authorized modifications. The bond includes provisions for payment of taxes if applicable under the Miller Act and emphasizes the sureties’ liability in the event of default. Detailed instructions are provided for filling out the bond, including the necessity for the Principal's legal name and business address, as well as the identities of corporate or individual sureties involved. It also stipulates that corporate sureties must be listed on the Department of the Treasury's approved list and comply with various requirements, including the use of corporate seals. The document underscores the importance of compliance with the Paperwork Reduction Act and provides a federal agency's control number, indicating its regulatory approval. This performance bond serves as a crucial document in ensuring accountability and financial security in the context of federal grants, RFPs, and state/local projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
6973GH-25-R-00093 - USFS GUY TENSIONING GOLDEN POND - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning, minor repairs, and grounding installations on USFS tower assets located at three sites: Winona Repeater in Arkansas, Golden Pond in Kentucky, and Cass Repeater in Arkansas. The project aims to ensure the operational integrity of these critical communication facilities by addressing maintenance and infrastructure issues in compliance with federal standards. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits on April 14 and 15, 2025, to assess the work requirements. For further inquiries, potential bidders can contact Tamara Maxwell at tamara.m.maxwell@faa.gov.
SOLICITATION: GUY TENSIONING OF THE EDDY, RIVER FOREST, AND SUMATRA REPEATER TOWERS AT MULTIPLE NATIONAL FORESTS IN FLORIDA.
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of multiple repeater communication towers located in various national forests in Florida. The project involves essential maintenance tasks such as guy system tensioning, minor repairs, and installation of grounding systems to ensure the structural integrity and safety of the communication towers, which are vital for forestry operations. This competitive solicitation is set aside for small businesses, with proposals due by April 28, 2025, and the contract will be awarded to the lowest priced eligible offeror. Interested parties should direct inquiries to Stephen Branch at stephen.n.branch@faa.gov and ensure compliance with all submission requirements outlined in the solicitation documents.
SOLICITATION SOLICITATION: GUY TENSIONING OF THE HUGER REPEATER TOWER IN THE FRANCIS MARION AND SUMTER FOREST NEAR HUGER, SC.
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the guy tensioning and repair of the Huger Repeater Tower located in the Francis Marion and Sumter Forest near Huger, South Carolina. The project requires contractors to provide all necessary labor, tools, and materials to complete the work within 30 days of receiving a Notice to Proceed, adhering to the specifications outlined in the attached Statement of Work. This initiative is critical for maintaining communication infrastructure essential for aviation operations and forest management. Interested small businesses must submit their proposals by April 15, 2025, with a scheduled site visit on April 2, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals 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 addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
Repair Air Traffic Control Tower B6058
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research for the repair of the Air Traffic Control Tower B6058 at Fort McCoy, Wisconsin. The project involves comprehensive repairs to the tower, including the cab, mechanical, communications, and electrical systems, as well as the installation of a temporary control tower during the renovation. This initiative is crucial for maintaining operational safety and efficiency in air traffic management at the facility. Interested contractors are encouraged to submit their capabilities and relevant experience by 09:00 AM Central Time on April 16, 2025, to Todd Dempsey at todd.a.dempsey.civ@army.mil, with an estimated project value between $5 million and $10 million.
Security Systems Maintenance Request for Information
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a Market Survey to identify potential vendors for a Security Systems Maintenance contract. This contract will involve providing corrective maintenance for security equipment across approximately 631 FAA-staffed facilities throughout the United States and its territories, including Guam, Puerto Rico, and Hawaii. The services sought are critical for maintaining the integrity and functionality of various security subsystems, such as access control, intrusion detection, and video management systems, which are essential for national air traffic safety. Interested parties must submit their responses, including a Capability Statement and any relevant certifications, by 9:00 AM ET on April 22, 2025, to the designated contacts, Krystal Au and Patricia Petersky, via email.
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 proposals for the replacement of a security gate at the Farmington, NY Air Traffic Control Facility. The project involves the installation of safety and security window film, requiring contractors to provide all necessary labor, materials, tools, and equipment as outlined in the Request for Quote (RFQ) document. This procurement is a competitive, firm-fixed-price contract set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost between $80,000 and $120,000. Interested contractors must submit their proposals electronically by April 11, 2025, and are encouraged to attend an optional site visit on April 2, 2025, for further clarification on project requirements. For inquiries, contact Chase Bartlett at chase.r.bartlett@faa.gov or Josh Huckeby at joshua.d.huckeby@faa.gov.
15M Stiletto Mast Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the maintenance and repair of a 15M Stiletto Mast, a Will-Burt model, with a contract due on February 5, 2025. The primary objective of this procurement is to ensure the mast remains fully operational through necessary repairs, including the installation of new components such as the drive motor, height sensor, and various switches, as well as cleaning and repainting the mast. This maintenance is critical for the operational integrity and reliability of the mast, which plays a significant role in defense operations. Interested contractors can reach out to Brittany Linthicome at brittany.linthicome@us.af.mil or Naomi Letting at naomi.letting@us.af.mil for further details regarding this opportunity.
SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the George Bush Intercontinental Airport in Houston, Texas. The project aims to ensure the maintenance and safety of critical aviation infrastructure, particularly addressing lead-based paint concerns identified in prior assessments. The total project value is estimated between $350,000 and $450,000, with a firm fixed price contract anticipated to be awarded to the lowest responsive bidder by April 15, 2025. Interested contractors must attend a mandatory site visit on April 3, 2025, and submit any questions by April 9, 2025, to Bryon Nolan at Bryon.R.Nolan@faa.gov.
SOLICITATION: Overhaul and repair of Rotary Couplers
Buyer not available
The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes a base year with four optional one-year periods for additional work. These rotary couplers are vital components in maintaining safety within the National Airspace System, as they represent a single point of failure for radar systems. Proposals are due by email by April 30, 2025, at 2:00 PM Central Time, and interested parties should contact Connie Houpt at connie.m.houpt@faa.gov for further information. All offerors must be registered in the System for Award Management (SAM) prior to award.