ZUA Facility Painting Improvements - Infrastructure Investment and Jobs Act
ID: 6973GH-25-R-00070Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZUA Facility Painting Improvements project in Barrigada, Guam, funded by the Bipartisan Infrastructure Law. The project involves repainting the administrative wing of the FAA Enroute facility, requiring contractors to perform work during specified hours to minimize disruption to air traffic operations while adhering to safety and environmental standards. Interested parties should note that the estimated contract value is between $50,000 and $100,000, with a bid submission deadline of February 7, 2025, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as Amendment 0001 to a solicitation regarding a project issued by the FAA Aeronautical Center. The primary purpose of this amendment is to revise the schedule for a site visit, changing it from January 14, 2025, at 1:00 PM Guam Time to January 15, 2025, at 11:00 AM Guam Time, while noting that the submission close date remains unchanged. Additionally, it outlines important details for the site visit, including required advance notice for attendance and the process for submitting questions or clarifications related to the project. The amendment also incorporates specific clauses related to differing site conditions and site investigations, urging offerors to conduct inspections of the work site. All remaining terms and conditions of the original solicitation are affirmed as unchanged. The document highlights the FAA's expectation of contractor diligence in evaluating site conditions prior to contract execution, ensuring that proposals are grounded in accurate and reliable information. Overall, this amendment emphasizes process clarity and compliance with procedural requirements, reflecting the federal government’s structured approach in managing contracts and solicitations.
    The document is an amendment to a solicitation for a contract by the FAA for project number 6973GH-25-R-00070. The primary purpose of this amendment, dated January 29, 2025, is to extend the proposal submission deadline from January 31, 2025, to February 7, 2025, at 5:00 PM CT. Key instructions for bidders include submission requirements, which necessitate the completion of two Organizational Experience Questionnaires, detailing relevant past projects, and compliance with reporting mandated by the Bipartisan Infrastructure Law. Offerors should provide a work plan for maintaining a continuously operational facility, ensure active registration in the System for Award Management (SAM), and acknowledge any amendments. The FAA plans to award the contract to the lowest priced responsible offeror while retaining the authority to communicate separately with different bidders throughout the selection process. All terms and conditions from the original solicitation remain intact, and the amendment serves as a formal notice regarding submission and proposal guidelines. This document underscores the FAA’s commitment to public procurement transparency and adherence to legislative funding requirements.
    The document outlines revisions made to the list of attachments related to ongoing federal and state/local RFPs, emphasizing updates to essential supporting documents as of January 2025. Key attachments include the Statement of Work (SOW) for the ZUA CTRB_Paint project, which is vital for operational directives. Other significant documents consist of the Uniform Bipartisan Infrastructure Law Report, Wage Determination, and an Organizational Experience Questionnaire. The updated attachment table specifies the titles, dates, and page numbers for each document. These modifications indicate an organized approach to maintaining documentation reliability and ensuring compliance with regulatory frameworks in the context of government initiatives. The revisions suggest the importance of these documents in facilitating project execution and are reflective of the government's commitment to transparency and systematic project management.
    On January 15, 2025, a job walk for a painting contract at the Guam CERAP Facility was conducted, led by Dave Washino, the District Project Coordinator for BIL projects. The meeting highlighted the importance of minimizing disruptions to personnel and outlined the preliminary working hours for the project. Attendees discussed the Statement of Work and raised various questions pertaining to the project scope, logistics, and specific areas of the facility. Key clarifications included that no disassembly of furniture would be required, painting around equipment would involve protective measures, and that certain rooms would not require painting. The document emphasizes the need for responsible execution of the project without impacting operational activities, while ensuring clear communication among all stakeholders. The bid closing date was set for January 31, 2025. Overall, the job walk was crucial in conveying the project's details and ensuring that prospective contractors understood their responsibilities and constraints.
    The document is a Source Selection Sensitive attachment for a Request for Proposal (RFP) related to the painting of walls at the ZUA Facility, designated by contract number 6973GH-25-R-00070. It requests potential contractors to complete an Organizational Experience Questionnaire (OEQ) that includes essential information such as contractor details, contract status, dollar value, project title, location, and a description outlining the contractor's role and responsibilities for the relevant project. Additionally, it requires contact information for the project owner or manager overseeing the work. This form serves to evaluate the contractor's experience and capability to fulfill the obligations of the project, aligning with typical processes found in federal grants and RFPs to ensure qualified bidders are selected for government projects.
    This government solicitation document outlines a request for proposals (RFP) for a construction project associated with painting work at a specific location in Guam. The project has an estimated budget between $50,000 and $100,000. Offerors must submit sealed bids by January 31, 2025, and attend a mandatory site visit scheduled for January 14, 2025. The contracting officer is responsible for overseeing the project, with performance to begin within 5 days of notice to proceed and to be completed within 30 days. The contractor is responsible for furnishing labor, tools, materials, and equipment necessary for the completion of work defined in the attached statement of work. Specific provisions require compliance with various federal regulations, including safety standards and equal employment opportunity provisions. Payment terms involve financing payments based on project progress, with contractors submitting invoices electronically. Additionally, the contractor must obtain performance bonds and notify the contracting officer of any disturbances related to asbestos materials. Overall, this solicitation reflects the FAA's commitment to safety, quality, and compliance in government contracting while enabling contractors to contribute effectively to infrastructure improvements.
    The project outlined in this Statement of Work focuses on repainting the administrative wing of the Federal Aviation Administration (FAA) facility at Guam Combined Center Radar Approach (ZUA), funded by the 2022 Bipartisan Infrastructure Law. Located at 1775 Admiral Sherman Blvd, Barrigada, the contractor must ensure that its work does not disrupt air traffic operations, safeguarding existing equipment throughout the process. Key responsibilities of the contractor include conducting all painting activities between 4:00 PM and 12:00 AM, maintaining a clean worksite, and following applicable Occupational Safety and Health Standards. The scope of work includes painting walls, ceilings, doors, and frames using specified high-quality paints and materials, without interrupting daily activities within the facility. The contractor is required to submit a project schedule within ten days of award and coordinate closely with FAA management to ensure compliance with security and operational requirements. Work must occur under FAA escort, with specific measures implemented to protect the environment and limit adverse effects on the facility's functioning, highlighting the project's importance in maintaining safety and operational integrity in air traffic management in Guam.
    The project outlined in this Statement of Work focuses on painting the administrative wing at the Federal Aviation Administration’s Enroute facility in Guam, part of the funding from the 2022 Bipartisan Infrastructure Law. The contractor is responsible for protecting existing equipment, ensuring a clean work environment, and adhering strictly to OSHA standards. Painting will involve high-quality materials and procedures to avoid disrupting daily operations at the facility, particularly involving air traffic control activities. Work is to be conducted during specified hours to minimize interference, and the contractor must maintain open communication with the Contracting Officer’s Representative (COR) throughout the project. There is a strict timetable for project completion within 30 calendar days post-award, with the need for a project schedule to be submitted shortly after contracting. Specific instructions regarding areas to be painted or protected, as well as safety and environmental considerations, are outlined to ensure compliance and coordination within the operational facility, indicating a significant focus on safety and continuity during maintenance activities.
    The Federal Aviation Administration (FAA) has outlined the reporting requirements for contractors under the Bipartisan Infrastructure Law (BIL). The report comprises five tabs, each focusing on key areas such as Contractor Information, Buy American compliance, Energy Savings, Subcontracting, and Job Creation. Contractors must provide detailed information, including contact details, business status, contract identifiers, and financial obligations. They are also required to report on the usage of non-domestic products, energy-saving initiatives, and the extent of subcontracting. Each tab includes specific instructions for data input, ensuring transparency and compliance with federal mandates. The report aims to track funding utilization, assess socio-economic impacts, and monitor job creation associated with contracts awarded. The ultimate goal is to ensure that federal funds are used effectively to uphold job creation, promote domestic manufacturing, and foster environmentally friendly practices. Contractors must submit their completed reports to designated FAA email addresses for review. This document plays a vital role in managing federal grants and RFPs by ensuring accountability, promoting economic equity, and enhancing project outcomes across aviation infrastructure initiatives.
    The General Decision Number GU20240001, effective January 5, 2024, pertains to wage determinations for construction types in Guam, including building and heavy projects. It specifies minimum wage rates under the Davis-Bacon Act, with the current rate set at $17.20 per hour for contracts entered or extended after January 30, 2022. The document lists various trade classifications and associated wage rates, noting that unlisted jobs can be added post-award through a conformance request. The wage determination is subject to annual adjustments based on executive order requirements. It distinguishes among union rates, survey rates, and average union rates, providing the methodology for rate calculation and classification definitions. Furthermore, it outlines the appeals process for wage determination disputes, guiding affected parties on how to seek review and potential recourse through the Wage and Hour Division. This document serves as a critical reference for contractors in compliance with federal wage standards in Guam, integrating worker protections and regulatory compliance into the bidding and contracting process for government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ZUA Facility Carpeting Improvements "Infrastructure Investment and Jobs Act"
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZUA Facility Carpeting Improvements project in Barrigada, Guam, funded under the Bipartisan Infrastructure Law. The project involves the removal and replacement of carpet tiles in the administrative wing and specialized rooms of the FAA Enroute facility, with a focus on minimizing disruption to operations and adhering to strict safety and security protocols. Contractors must comply with federal regulations, including wage determinations and reporting requirements, and are required to submit sealed bids by February 14, 2025, following a mandatory site visit on January 15, 2025. For further inquiries, interested parties can contact Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals from qualified small businesses for the design-build services related to the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Center in California. The project aims to enhance infrastructure in compliance with the Bipartisan Infrastructure Law (BIL), with an estimated project magnitude between $100,000 and $250,000. Contractors must adhere to safety regulations, local building codes, and ensure minimal disruption to FAA operations during the construction process. Proposals are due by February 15, 2025, and interested parties should contact Raymond Lena at raymond.a.lena@faa.gov for inquiries, while a site visit is scheduled for January 28, 2025.
    Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) Services
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking to establish Basic Ordering Agreements (BOA) for Design/Build (D/B) and Bid/Build (B/B) services related to Air Traffic Control (ATC) facilities across the United States. The FAA intends to add up to five qualified contractors to these agreements, which will facilitate various construction and modernization projects essential for maintaining and enhancing the National Airspace System (NAS). This procurement is critical for ensuring the safety and efficiency of air traffic operations, with projects potentially valued at $50 million or more. Interested vendors must submit their proposals by February 14, 2025, and direct any inquiries to Katherin Fogle at katherine.fogle@faa.gov.
    **IIJA FUNDED** Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove old carpet tiles and replace them with new Electrostatic Dissipative Tiles in the control room located in Warrenton, Virginia. The project requires the contractor to supply all necessary labor, materials, and equipment, with a total project duration of 30 days from the notice to proceed, emphasizing compliance with quality standards and environmental regulations. This procurement is part of the Bipartisan Infrastructure Law initiative, highlighting the importance of maintaining operational safety in air traffic control environments. The estimated budget for this project is between $50,000 and $100,000, with a site visit scheduled for February 7, 2025. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details.
    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.
    FY25 MCON P-693 PDI: GUAM DEFENSE SYSTEM, COMMAND CENTER, JOINT REGION MARIANAS, GUAM
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is soliciting proposals for the construction of the Command Center as part of the FY25 Military Construction Project P-693 for the Guam Defense System at Andersen Air Force Base, Guam. This project encompasses the construction of a secure facility that integrates command and control operations, power generation, and cybersecurity measures, with a total estimated cost ranging from $250 million to $500 million. The procurement is critical for enhancing military infrastructure and operational readiness in the Pacific region, adhering to stringent safety, environmental, and security standards. Interested contractors must submit their proposals, including technical and price documents, by January 9, 2025, and can direct inquiries to Dayna Matsumura at dayna.n.matsumura.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    CAB GLASS Replacement Project- Lewisburg ATCT, Lewisburg, WV
    Buyer not available
    The Federal Aviation Administration (FAA) is soliciting proposals for the CAB Glass Replacement Project at the Lewisburg Air Traffic Control Tower (ATCT) in Lewisburg, West Virginia. This project requires contractors to provide all necessary labor, tools, materials, and supervision to replace a cracked insulating glass unit (IGU), ensuring compliance with safety regulations and minimal disruption to air traffic operations. The work must be completed within 60 calendar days of the notice to proceed, with a site visit scheduled for February 12, 2025, and proposals due by March 4, 2025. Interested contractors must be registered in the Central Contractor Registry and submit their proposals electronically to Regina Singleton at regina.singleton@faa.gov, with the total project cost anticipated to be less than $50,000.
    Air Traffic Control Markings, Wheeler-Sack Army Airfield, Fort Drum NY
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a presolicitation opportunity to provide Air Traffic Control Markings at Wheeler-Sack Army Airfield, Fort Drum, New York. The contract will involve the painting, removal, and repainting of traffic control lines, aircraft control lines, warnings, and guides, with an estimated value between $10 million and $25 million. This project is crucial for maintaining operational safety and efficiency at the airfield, and it is set aside exclusively for HUBZone small business concerns. Interested contractors should note that bids are expected to be submitted by approximately 14 March 2025, with the performance period running from 1 June 2025 to 31 May 2026, followed by four one-year option periods. For further inquiries, contact Daniel Rowley at daniel.e.rowley.civ@army.mil or Joseph Taylor at joseph.j.taylor38.civ@army.mil.
    REPAIR RUNWAY 32 PAVEMENT PHASE 3
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Repair Runway 32 Pavement Phase 3 project at Dover Air Force Base in Delaware. The project entails comprehensive repairs to a section of Runway 14/32, including rotor milling, repaving with FAA-approved materials, crack sealing, and restriping, with an estimated contract value between $500,000 and $1 million. This initiative is crucial for maintaining airfield infrastructure and ensuring operational efficiency at military installations. Interested contractors must submit proposals by February 11, 2025, and are encouraged to contact TSgt Joshua Brooks or Ms. Omelia Saunders for further information regarding the solicitation and site visit requirements.
    MARKET SURVEY - RDG ATCT (Design-Build) project in Reading, PA
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey for the Design-Build of a new Air Traffic Control Tower (ATCT) project in Reading, Pennsylvania, with an estimated budget of $50 million to $75 million. The FAA seeks to assess industry interest and capability to meet the project requirements, which include comprehensive design, construction, and engineering services that adhere to federal standards and sustainability practices. This initiative is crucial for enhancing air traffic control infrastructure, ensuring safety and efficiency in airport operations. Interested vendors must submit their qualifications by February 13, 2025, with inquiries accepted until February 6, 2025. Registration in the System for Award Management (SAM) is mandatory, and all costs associated with responses will be borne by the vendors. For further information, contact Robert Higgins at robert.higgins@faa.gov or call 781-238-7670.