ZUA Facility Painting Improvements - BIL FUNDED
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
    THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, OKINAWA, JAPAN
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Theater Aircraft Corrosion Control Prep Hangar at Kadena Air Base, Okinawa, Japan. This project involves the design and construction of a facility that includes two hangar bays dedicated to corrosion treatment, painting, and preparation, along with necessary supporting infrastructure such as utilities, HVAC, and fire protection systems. The facility is crucial for maintaining the operational readiness of large-bodied aircraft, ensuring they are protected from corrosion and other environmental factors. Proposals are due by January 6, 2026, with an estimated contract value between $250 million and $500 million. Interested contractors can reach out to Valeria Fisher at valeria.fisher@usace.army.mil or Jack T. Letscher at Jack.T.Letscher@usace.army.mil for further information.
    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.
    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.
    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.
    36 CES Airfield Lighting Control and Monitoring System (ALCMS) Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the Airfield Lighting Control and Monitoring System (ALCMS) at the 36th Civil Engineer Squadron in Yigo, Guam. The procurement involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as detailed in the attached justification and approval document. This system is critical for ensuring the safety and efficiency of airfield operations, highlighting the importance of reliable lighting control and monitoring. Interested parties can reach out to Lauren Reyes at laurenrenee.reyes.2@us.af.mil or by phone at 671-366-6612, or Aubreeana Taylor at aubreeana.taylor@us.af.mil or 671-366-6603 for further information.
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    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.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking 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 pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific, is seeking qualified contractors for the FY24 Military Construction (MILCON) Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at Naval Support Activity Marine Corps Base in Guam. The project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. This opportunity is significant for firms specializing in commercial and institutional building construction, as it requires U.S. prime contractors with U.S. subcontractors and suppliers, all of whom must have valid Top Secret clearance. Interested parties should contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or call 808-603-4464 for further details, and must submit required vetting forms to gain access to the Request for Proposal (RFP), which is anticipated to be released around December 2025.
    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.