CRITICAL POWER SYSTEMS INSTALLATION SERVICES
ID: 6973GH-24-R-00177Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)
Timeline
    Description

    The Department of Transportation's Federal Aviation Administration (FAA) is seeking qualified contractors to provide critical power systems installation services across National Airspace System (NAS) facilities in the United States and its territories. The procurement involves project management, design services, and installation of power systems and ancillary equipment, structured as a firm-fixed-price, multiple award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This initiative is vital for ensuring the reliability and efficiency of power distribution systems that support FAA operations. Interested contractors must submit Phase 1 proposals by October 18, 2024, at 6:00 PM CST, and all inquiries should be directed to Stefanie Wiles and Amanda J. Garen via email. The anticipated contract value could reach approximately $1.32 billion over the contract's duration.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation (RFP) outlines a contract aimed at providing project management, site surveys, design services, and installation work for power systems supporting the Federal Aviation Administration (FAA) Facility Power Systems programs in National Airspace System (NAS) facilities across the U.S. The contract is structured as a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for various services over a base period of 24 months, with four additional options for the same duration, potentially extending the total contract period to 10 years. The RFP specifies performance guarantees, with a minimum order obligation of $100,000 during the base year and a maximum task order value set at approximately $1.32 billion. Clear guidelines for the submission of price proposals, including compliance with Statement of Work (SOW) requirements and standard government practices for travel and expenses, are provided. Key services include site survey reports, travel for site inspections, engineering design services, and installation, with established firm limits on costs for each task. Overall, this document serves as a critical framework for prospective contractors to understand the procurement process and requirements for engaging with the FAA on these specified services.
    The Statement of Work (SOW) outlines the requirements for project management, design, installation, and modification of power systems for the FAA's Facility Power Systems programs across the United States and its territories. It divides the work into two categories: Category 1 for simpler NAS facilities like air traffic control towers and Category 2 for more complex Air Route Traffic Control Centers (ARTCC). Key tasks include site surveys, design documents creation, and installation services for various equipment such as engine generators, fuel storage systems, uninterruptible power supplies, and alternative energy systems. Contractors must comply with applicable FAA standards and local regulations while ensuring safety protocols during execution. The contractor is responsible for project management, scheduling, and reporting to the FAA. Detailed requirements are specified for design tasks, including architectural and mechanical considerations, electrical power distribution, and compliance with safety codes. Additionally, the contractor must lead construction work, coordinate with FAA representatives, conduct testing, and provide warranties on installations. This diligent framework aims to ensure reliable and sustainable power systems within the NAS infrastructure, reflecting the FAA's commitment to operational integrity and safety.
    The document outlines the Data Item Requirements List for a federal Contract related to the Power Systems Installation Program Management. It specifies various data items to be submitted by the contractor, including a Program Plan, Program Management Report, Site Survey Report, Engineering Design Documents, and Site Preparation and Installation Documents. Each data item has designated references to the Statement of Work (SOW), submission frequency, distribution requirements, and remarks regarding the submission process. Key points include that the Program Plan is to be submitted just ten days after contract award, while the Program Management Report is required annually, due fifteen days prior to management reviews. The Site Survey Report, Engineering Design Documents, and Site Installation Documents must be submitted as indicated in the relevant task orders. The emphasis is on timely updates and adherence to reporting guidelines, ensuring all submissions comply with federal standards and support the program effectively. The document serves as a critical guideline for contractors, ensuring they understand their obligations for documentation and reporting within the framework of federal government contracts.
    The document outlines various Data Item Descriptions (DIDs) related to a government program managed by the NAS Power Services Group. It includes detailed instructions and requirements for several deliverables associated with power systems work, such as the Program Plan, Program Management Report, Site Survey Report, Engineering Design Documents, and Site Preparation and Installation Documents. Each section specifies submission formats (hard and soft copies), contents required, and documentation standards. The Program Plan needs organizational charts and management details, while the Program Management Report covers project statuses and financials. Site Survey Reports must detail investigations, and Engineering Design Documents require specific engineering efforts and compliance with design standards. Furthermore, Site Preparation Documents dictate installation processes and associated reports, ensuring safety and compliance with FAA standards. Overall, this comprehensive directive emphasizes clarity and structure in documentation to support federal program management, reinforcing compliance with government requirements for project management and execution in power system installations.
    The document outlines a list of Government Furnished Equipment (GFE) provided to support the requirements of a specified Statement of Work and contract. It categorizes the equipment into four main types: Electrical Power Distribution Equipment (EDE), Engine Generators (EG), Static Automatic Transfer Switches (STS), and Uninterruptible Power Supply (UPS). Each category includes details regarding vendors, types of equipment available, and lead-times for delivery. For example, Schneider Electric/Square D supplies various switchboards and transformers, with lead times ranging from 1 to 9 months depending on the equipment. The document also mentions that equipment specifications and lead times are subject to variation. This listing serves as a reference for federal and local RFP submissions, primarily focusing on logistical considerations essential for procurement in government contracts. The structured presentation of details facilitates understanding of equipment availability and timing, ensuring compliance with project requirements while aiding decision-making processes related to government funding and resources.
    The FAA Form 6010-5 serves as a Contractor Acceptance Inspection (CAI) Cover Sheet, detailing the process and information required for inspecting projects under the FAA. Each form contains critical blocks for recording data such as the CAI number, inspection date, job control numbers, project implementer, and specific location identifiers. Essential project details include the title, contractor information, contract number, and descriptions of both the project and real property assets accepted from the contractor. A designated FAA employee performs the inspection, which is confirmed by their signature. The form is structured to ensure comprehensive documentation, enabling effective monitoring and acceptance of projects valued for aviation infrastructure. The included remarks section allows for notes on discrepancies or clarifications, while a punch list indicates any incomplete tasks, ensuring accountability. Overall, the form emphasizes the FAA's commitment to rigorous project oversight, aligning with federal and local requirements for project management and reporting.
    The Travel Authorization and Expense Request form is a protocol document required for government employee travel, detailing expenses that may be incurred. It necessitates completion prior to travel, ensuring compliance with federal travel rates and guidelines. The form outlines various expense categories such as airline tickets, lodging, meals and incidentals (M&IE), local transportation, and car rentals, specifying reimbursement conditions. Key stipulations include rate limitations needing pre-approval, mileage reimbursement only exceeding normal commuting distances, and restrictions on lodging for local travel. Travelers must provide personal, travel, and project information while certifying the accuracy of their expense report. Necessary approvals from Contracting Officer Representatives (COR) and Contracting Officers (CO) are mandated prior to travel commencement. This form is integral for ensuring responsible budgeting and adherence to government policies regarding travel expenditures. It reinforces fiscal accountability by requiring detailed reporting and justifications for travel-related costs within the framework of federal and state funding programs.
    This document outlines the Performance Bond required for contracts associated with the federal government. It establishes the Principal (contractor) and Surety(ies) obligations, whereby the Surety guarantees the Principal's performance under the contract in a specified penal sum. The bond becomes void if the Principal fulfills all contractual terms and conditions, including any authorized modifications, and pays any government-imposed taxes relevant to the contract. The document provides specific instructions for completing the bond, such as the requirement for sureties to be listed on the Treasury's approved list and instructions for corporate seals and individual signatures. It also outlines the necessity of an Affidavit of Individual Surety if applicable. Overall, the Performance Bond serves as a financial assurance to the government that the contracted work will be completed according to the agreed terms, thereby minimizing risks associated with contract performance. This aligns with government RFPs, federal grants, and state/local requests by ensuring accountability and financial protection during government contracts.
    The document outlines the requirements and obligations associated with a federal payment bond, specifically in relation to contracting under the Act of August 24, 1935. It details the necessary information that must be filled out by the Principal and Surety(ies) when executing the bond, including their names, business addresses, state of incorporation, and liability limits. The payment bond serves as a guarantee that the Principal will fulfill obligations related to labor and material payments as specified in the contract. Key components include a penal sum amount, warranty conditions, and stipulations regarding sureties, which may be corporate or individual. The document emphasizes the legal binding nature of the bond and outlines the process for administrative compliance, including the necessity of the OMB Control Number for information collection under the Paperwork Reduction Act. It also provides guidance on completing the form and the need for corporate seals and signatures. Overall, this document serves as a crucial element for protecting workers and suppliers in federal contracting scenarios.
    The FAA Form 3900-18 serves as a Pre-Construction/Installation Environmental and Occupational Safety and Health (EOSH) Checklist, ensuring that all construction, installation, and maintenance activities are assessed for potential EOSH impacts before works commence. The form mandates coordination with the District Office and completion of the checklist during pre-construction meetings. Key responsibilities vary among personnel such as the District Office Manager, Project Engineer, and Facility Maintenance Program Manager. The checklist includes sections for summarizing project details, evaluating potential hazards, reviewing facility-specific procedures, and conducting site walk-throughs. It emphasizes the identification of hazards related to asbestos, chemicals, electrical safety, and impacts on fire protection systems, among others. Each identified hazard requires a description of intended safety controls, and thorough communication among all parties involved is required. This systematic approach is built on ensuring compliance with safety regulations, mitigating risks for National Airspace System operations, and safeguarding the health of employees and contractors. Ultimately, it underscores the FAA's commitment to diligent planning and risk management to preserve safety and operational integrity during construction activities.
    The Department of Transportation's Preconstruction Conference Agenda and Checklist serves as a comprehensive guide for contractors and government representatives to review essential project details before initiating construction. The agenda includes identification of key personnel such as the contracting officer and administrator, and focuses on areas including project commencement timelines, progress monitoring, compliance protocols, and necessary inspections. It emphasizes communication, coordinating with subcontractors, managing payment schedules, and ensuring adherence to safety and labor regulations, including the Davis-Bacon Act. Additionally, the agenda outlines the importance of protecting existing structures and the environment while clearly defining responsibilities regarding materials and operations on site. A section for documenting discussed items underscores accountability, requiring signatures from both contractor and government representatives. This document facilitates clarity in project execution, fostering compliance with contractual obligations while maintaining safety and quality standards throughout the project duration.
    The FAA-C-1217H specification outlines the minimum requirements for electrical work at Federal Aviation Administration (FAA) facilities, emphasizing safety and efficiency in accordance with national and international codes. The document serves as an updated guideline for implementing electrical systems in various NAS facilities, such as Air Route Traffic Control Centers and Terminal Radar Control facilities. It stipulates standards for grounding, wiring methods, surge protection, and equipment specifications to ensure a reliable and safe infrastructure crucial for FAA operations. General and detailed requirements are provided to guide contractors in fulfilling these specifications, which cover aspects like conductor sizing, conduit types, testing protocols, and installation practices. Special attention is given to grounding procedures, including surge and lightning protection systems designed to meet FAA-mandated standards. The document also emphasizes the importance of compliance with existing electrical codes and necessitates rigorous testing and quality assurance practices. By establishing these robust electrical work specifications, the FAA aims to enhance operational safety and maintain the integrity of the National Airspace System.
    The FAA-C-1391e specification outlines the requirements for installing FAA-owned underground electrical line distribution (ELD) systems, including medium-voltage (MV) and low-voltage (LV) power cables and associated components. It details procedures for installation, termination, splicing, and surge protection, aiming to provide safe and reliable electrical services to FAA facilities. Excluded from this specification are communications and control cables, with guidance provided elsewhere for those systems. The document reflects recent industry standards by updating installation practices, defining contractor responsibilities, and emphasizing safety and quality assurance. Key changes include updates to cable specifications, testing processes, and acceptance criteria for newly installed cables, while highlighting the qualifications necessary for personnel involved in installation and testing. Ultimately, the specification serves as a crucial guide for contractors and FAA personnel, ensuring compliance with established standards and promoting innovation within project constraints, thereby enhancing overall system reliability and safety at FAA facilities.
    FAA-STD-002H is a standard established by the U.S. Department of Transportation's Federal Aviation Administration (FAA) outlining the preparation and support of engineering and architectural drawings for FAA facilities. Updated on September 6, 2017, it aligns with nationally accepted drawing practices, integrating modern technological advancements and electronic deliverables. The document delineates drawing practices, definitions, and procedures for creating standardized drawings, including title blocks, numbering, and identification processes, along with stipulations for Computer-Aided Design and Drafting (CADD). Key updates focus on current technology usage, including MicroStation and AutoCAD compatibility. The structure of the document consists of a detailed table of contents, highlighting sections on drawing requirements, applicable documents, and electronic deliverables, with explicit guidelines on formats, texts, drawing numbers, layers, and more. Each drawing must meet stringent standards for size, layout, and use of fonts. In the context of government RFPs, federal grants, and local RFPs, this standard ensures consistency and quality in technical documentation, facilitating the efficient management and control of drawings associated with the FAA and the National Airspace System. Compliance with these standards is mandatory for all contracts initiated post-release.
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) Order 1050.10D establishes a comprehensive policy for environmental pollution control and abatement at FAA facilities. This directive outlines the need for compliance with various federal and state environmental laws to manage pollution effectively. Key provisions include defining responsibilities across FAA lines of business, updating reporting requirements, and detailing roles for all personnel involved in environmental compliance. The order reflects a commitment to air and water pollution control, hazardous material management, and proactive remediation of contaminated sites, emphasizing that employees are also subject to personal liability for pollution law violations. Regular environmental audits and collaboration with local and state agencies will ensure adherence to regulations. This order serves as a critical framework for maintaining the FAA’s environmental integrity while supporting its operational objectives.
    The FAA Order JO 3900.57A outlines the policies and responsibilities for ensuring compliance with environmental and occupational safety and health (EOSH) standards in planning, constructing, maintaining, and decommissioning National Airspace System (NAS) facilities. The order assigns roles at various organizational levels, emphasizing the need for EOSH considerations from project conception through completion. It establishes checklists for project planning, design, construction, and maintenance phases to identify and mitigate potential safety and environmental issues. Key requirements include conducting safety risk assessments, ensuring sustainable design practices, and adhering to federal environmental regulations. The order aims to safeguard NAS operations and employees while minimizing environmental impacts, highlighting the FAA's commitment to effective risk management throughout facility lifecycles. Overall, it underscores the importance of integrating EOSH aspects into all phases of NAS project management to achieve heightened safety and regulatory compliance.
    The JO 3900.64A establishes the Air Traffic Organization (ATO) Electrical Safety Program (ESP) to safeguard employees working near electrical equipment. The order outlines program standards, roles, and responsibilities, along with procedures for identifying and mitigating electrical hazards. It emphasizes compliance with Occupational Safety and Health Administration (OSHA) standards and requires local risk assessments for site-specific adaptations. Key elements include training provision, personal protective equipment (PPE) requirements, and the need for energized electrical work permits (EEWP) before undertaking hazardous tasks. The document details roles for managers and designated specialists, mandating adherence to safety protocols in electrical work practices. Overall, the ATO ESP is a crucial component of workplace safety, fostering an environment that minimizes electrical incident risks through structured guidelines and accountability measures, aligning with federal safety regulations. The comprehensive instruction set within the order aims to enhance protective measures, demonstrating ATO’s commitment to employee safety in electrical operations.
    The FAA Order JO 6950.27B outlines policies and procedures for conducting power system studies essential for the resilience and adequacy of power distribution supporting the National Airspace System (NAS). It complies with OSHA regulations and NFPA standards. The document details methodologies for critical engineering analyses such as power load-flow analysis (PLFA), short-circuit analysis (SCA), protective device coordination analysis (PDCA), arc flash risk assessment (AFRA), and harmonic analysis. It serves engineers and technicians involved in FAA project design and maintenance. Key highlights include the necessity of studies for modifications in equipment, load assessments, and renewable energy integration, ensuring operational continuity and equipment protection. The report must include detailed analysis methods, submission guidelines, and deliverable formats, anchored in relevant IEEE and NFPA standards. Emphasizing safety, the document mandates efforts to minimize arc flash incident energy and outlines coordination requirements for protective devices. This order underscores the FAA's commitment to safe, efficient, and reliable electrical systems supporting air traffic operations.
    The FAA Order JO 1050.17B outlines the Air Traffic Organization's (ATO) procedures and policies concerning environmental compliance across its facilities. Effective from June 21, 2022, this directive aims to ensure adherence to federal, state, and local environmental laws and regulations, promoting environmentally sustainable practices. Key responsibilities for ATO personnel include managing air and water pollution control, hazardous materials, and waste management. The document delineates roles for various stakeholders, such as facility managers, project implementers, and environmental professionals, in maintaining compliance and managing emergencies involving hazardous materials. Moreover, the order mandates coordination in acquiring necessary permits, conducting environmental evaluations, and establishing contingency plans for potential environmental incidents. It highlights the importance of training employees regarding environmental regulations and coding requirements, ensuring informed compliance practices. The overarching goal of this order is to maintain ATO's commitment to environmental stewardship while enhancing operational efficiency and safety within the National Airspace System (NAS).
    The Air Traffic Organization Policy Order JO 6950.2F outlines the implementation of the electrical power policy at National Airspace System (NAS) facilities. Its primary objective is to provide cost-effective power system architectures to meet performance requirements of staffed infrastructure facilities and establish guidelines for preapproved power configurations, including Power Source Codes (PSC) for FAA infrastructure. The document details responsibilities of various groups within the FAA, such as the Air Traffic Program Management Office, Operations Engineering Support Groups, and the Power Services Group, ensuring proper implementation and compliance with electrical power policies. Key chapters cover standards for various facility types, redundancy in standby power systems, compliance with Instrument Flight Rules (IFR), and specifications for connecting equipment to NAS power systems. Updates made from previous versions include the addition of new Power Source Codes, clarifications on unstaffed infrastructure power configurations, and changes to appendices that define power architecture and service requirements. The policy aims to improve reliability, availability, and sustainability of power sources within the FAA infrastructure while ensuring safety in air traffic control operations, thus supporting the overall efficiency and effectiveness of national air travel management.
    This document outlines regulatory statutes, federal orders, and consensus standards relevant to environmental compliance, particularly concerning the storage and management of oil and hazardous materials. Key statutes include the Oil Pollution Act, the Clean Water Act, and the Resource Conservation and Recovery Act, which frame the legal requirements for pollution control. The FAA's orders provide guidelines for environmental compliance specific to air traffic facilities and energy management practices. Consensus standards from organizations such as the National Fire Protection Association and the American Petroleum Institute are also referenced, ensuring best practices in safety and risk management for fuel storage tanks and other related equipment. These multiple layers of regulations and recommendations aim to enhance environmental safety and compliance across federal, state, and local jurisdictions, facilitating proper management of hazardous materials. The document serves as a comprehensive resource for government entities and contractors involved in RFPs and grants, highlighting the necessity for adherence to established safety norms and environmental standards in related project execution.
    The FST Program outlines specifications for the construction of a fuel system upgrade project at the Federal Aviation Administration's Air Route Traffic Control Center, aiming to enhance fuel storage and delivery systems. The project includes replacing fuel system day tanks, overfill collection tanks, and components for underground and aboveground fuel oil lines, along with the installation of a Direct Digital Control System and electronic monitoring devices. Work activities are governed by defined working days and hours with stringent access and security measures due to the facility's critical operations. Contractors must comply with environmental protection standards, ensuring proper management of pollutants and hazardous materials while preserving existing vegetation and structures during construction. The document details protocols for submittals, including schematics and product data, which require government review and approval. Furthermore, it mandates the submission of a Site Health and Safety Plan before operations commence, reflecting compliance with federal health regulations. Overall, the guidelines emphasize safety, security, and adherence to environmental laws during the execution of the project, aligning with federal RFPs and grant standards designed to facilitate effective management and oversight of construction initiatives.
    The document appears to be an error message associated with an inability to display its contents, likely due to incompatibility with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader for compatibility and viewing assistance, providing links for downloads and help. The mention of trademarks indicates a standard disclaimer associated with software products. The intended file, presumably containing information on federal government RFPs or grants, remains inaccessible, leaving the actual details unexamined. This situation underscores the importance of ensuring proper software tools to access government documentation effectively.
    The FAA Order 1370.121B outlines the Federal Aviation Administration's (FAA) Information Security and Privacy Policy, aimed at safeguarding the agency’s information systems following the requirements of FISMA and OMB guidelines. The document updates FAA Order 1370.121A and designates the FAA Chief Information Security Officer (CISO) as responsible for issuing supplemental directives to enforce compliance. It establishes the framework for the FAA's Information Security and Privacy Programs, defining roles, responsibilities, and coverage for governmental and contracted personnel accessing FAA data. The order mandates all FAA employees and contractors to undergo regular security training and maintain stringent security practices. Furthermore, it emphasizes the necessity of risk management and regulatory alignment while allowing the CISO considerable latitude in responding to emergent cybersecurity threats. Significant policy changes aim for agile updates to adapt to evolving technological standards and challenges. This document is critical to maintaining operational integrity within the framework of federal grants and procurement processes, ensuring comprehensive protection of sensitive data utilized by the FAA while establishing accountability among all stakeholders involved. The policy emphasizes cooperation among FAA leadership and comprehensive risk management across departments to assure compliance and operational safety.
    The document is a pricing proposal for a government Request for Proposal (RFP) related to Critical Power Systems, encompassing a base period of two years and four optional two-year periods, totaling a potential ten-year contract. The pricing structure utilizes Contract Line Item Numbers (CLINs) indicating Firm Fixed Price (FFP) and Not to Exceed (NTE) elements, where the offeror must provide detailed cost estimates for various services, which include site surveys, engineering design, travel expenses, installation services, and equipment. Key estimates include $195,334,223.72 for the base period, with subsequent option periods projected at $198,843,130.69, $318,517,559.78, $329,284,237.12, and $232,667,258.12, leading to a total estimated potential value of $1,274,646,409.43. The document specifies requirements for pricing submissions, clarifies labor rates as fully burdened, and mandates strict adherence to the Federal Aviation Administration's travel policies for CONUS and OCONUS site surveys. This structured proposal emphasizes the importance of detailed financial breakdowns for both immediate and future funding considerations within the parameters of federal contracting processes.
    This document outlines the requirements for Offerors submitting proposals related to Relevant Corporate Experience in response to a Specific Invitation for Response (SIR). Offerors must submit an independent PDF detailing their experience with installation contracts/projects that occurred within the past ten years. They are required to provide at least two installation project examples in specified classifications—either Engine Generators (EGs) of 1000 kW or larger configured in parallel, or Uninterruptible Power Systems (UPS) of 200 kVA or larger, also configured in parallel. The document specifies that the Offeror can draw on existing contracts for multiple citations and emphasizes clear identification of each project including the total estimated value, period of performance, and place of performance. Furthermore, it mandates that the submission includes specific details about each installation project, ensuring all information remains concise and within designated spaces. The overall purpose is to facilitate the assessment of Offerors' relevant experience to fulfill project requirements effectively. This structured request supports the government's goal of securing qualified contractors for critical infrastructure projects.
    The document outlines the submission requirements for a Critical Power Systems Design Proposal as part of a federal or state/local Request for Proposal (RFP). It specifies that the offeror must complete a form detailing various critical project information, categorized under Factor 2, Category 2, which could involve multiple types of power systems projects like CPS, EG, UPS, and FST. For each project category, the form requires inputs such as Project Title, Location, Date of Completion, Customer Name, and various roles—including those of the Prime Contractor, Designer/Engineering Company, and any subcontractors involved. This structured format facilitates the evaluation of the proposal based on comprehensive project specifics, indicating the significance of organized and detailed submissions in government contracting processes. Overall, the document serves as a guide for prospective contractors to ensure clarity and completeness in their proposals, thus supporting the government's objective of obtaining high-quality project bids for critical power systems.
    The document outlines the requirements for the Installation Proposal, specifically addressing Factor 3 related to capabilities and complexity under federal and state/local RFPs. It consists of structured sections where offerors must provide detailed information for various projects, including the CPS, EG, UPS, and FST projects. Each project must detail the project title, location, completion date, customer name, roles of the prime contractor, designer, and any subcontractors involved. The complexity sub-factor further requires specifics for three projects, including category type, active construction period, project address, contract numbers, issuing offices, and performance periods. This framework ensures that offerors present their technical capabilities comprehensively, showcasing their experience and readiness to undertake such projects. Overall, the document serves to standardize submissions for contractors responding to RFPs, ensuring that all necessary project information is transparently reported for evaluation.
    The document outlines the evaluation criteria for proposals related to Category 2 Critical Power Systems, focusing on design and installation through a series of structured worksheets. It specifies questions aimed at assessing offerors' qualifications and designs for key components, including Engine Generators (EGs), Uninterruptible Power Systems (UPS), and Fuel Storage Tanks (FST). The evaluation factors include key personnel qualifications, detailed design requirements, installation capabilities, and project complexity, with specific scoring systems for each area. The responses to these questions are critical for determining the suitability of offers in accordance with Federal RFP guidelines and standards. The overall scoring methodology aims to ensure that projects meet operational requirements while adhering to safety and regulatory standards. This evaluation process will facilitate the selection of qualified offerors capable of delivering complex power system installations effectively and efficiently.
    The document outlines a procedural framework for environmental assessment and remediation concerning contamination at FAA Generator Rooms. Initial Site Investigation (SI) should occur over two months, primarily involving soil gas sampling to evaluate petroleum hydrocarbon volatiles. This leads to a Remedial Investigation (RI) lasting 2-3 months, which may extend if groundwater is affected. The RI determines whether further Remedial Action (RA) is necessary, which can take between one and eight months, and involve a review by regulatory agencies that could last from one to twelve months. If RA concludes successfully, site closure is considered, and notifications to state regulators must follow. If sampling results exceed state cleanup standards, additional assessments are required, but if they don't, the site moves towards closure. The document serves as a generic schedule for planning ACEPS generator replacement projects and highlights the need for structured assessment phases to ensure compliance with state and federal regulations, establishing a clear pathway for environmental cleanup and site management in response to contamination concerns.
    The document outlines a Past Performance Questionnaire associated with the Federal Aviation Administration's (FAA) Screening Information Request (SIR) for Critical Power Systems (CPS) installation and design contracts. It emphasizes the importance of past performance in the evaluation process of proposals. Offerors are required to provide performance assessments from previous customers for projects included in their technical proposals. The document is structured into three main parts: 1. **Instructions** - Provide relevant information about the offeror and the project while clarifying the importance of customer input. 2. **Questions** - A series of rating questions (0 to 4) that assess various aspects of contractor performance, including management, design services, and installation services. 3. **Customer Information** - Collects confidential details from respondents completing the questionnaire. The aim is to gather honest evaluations from past customers to inform the FAA's decision-making process in awarding contracts, ensuring contractors meet or exceed expected performance levels essential for government procurement. Overall, this document is critical for maintaining quality and accountability in public contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    This is a Solicitation for a requirement to provide Static Transfer Switches (STS) at any applicable National Airspace Systems (NAS) facilities located throughout the United States and its territories.
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking qualified contractors to provide Static Transfer Switches (STS) for various National Airspace Systems (NAS) facilities across the United States and its territories. The procurement aims to acquire Commercial Off-The-Shelf/Non-Developmental Items (COTS/NDI) STS units that ensure seamless power switching between sources, enhancing the reliability of critical electrical systems. These switches are vital for maintaining uninterrupted power supply during outages, thereby supporting essential services within the aviation infrastructure. Interested vendors should contact Edward Wright at edward.b.wright@faa.gov or (405) 954-0693 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Screening Information Request (SIR) for Instrument Landing System (ILS) Installation Demonstrations
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the installation of Instrument Landing Systems (ILS) as part of a Screening Information Request (SIR) for ILS Installation Demonstrations. The FAA aims to replace existing MK1D ILS systems with modern ILS-420 systems at general aviation airports located in Kansas, Illinois, or Indiana, with the potential for up to three individual contract awards. This procurement is crucial for enhancing aviation infrastructure and ensuring safe navigation for aircraft, reflecting the FAA's commitment to improving air traffic management systems. Interested offerors must submit their proposals by October 11, 2024, and direct any inquiries to Richard J. Simons or Haben Woldemichael via their provided email addresses.
    Screening Information Request (SIR)/Request for Proposal (RFP): Challenger 600 Series Aircraft Maintenance Program
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for the Challenger 600 Series Aircraft Maintenance Program, which includes both scheduled and unscheduled maintenance services for its fleet of Bombardier Challenger 600 series aircraft. The contract will be awarded as an indefinite delivery/indefinite quantity (ID/IQ) type, with a base performance period of one year and four optional one-year extensions, emphasizing the importance of timely maintenance to ensure operational readiness and compliance with FAA regulations. Interested contractors must possess a valid 14 CFR Part 145 Repair Station Certificate and are required to submit their proposals electronically by 3:00 p.m. Central Time on October 16, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov. The total estimated value of the contract is approximately $49.8 million over five years, and all inquiries must be submitted in writing by October 1, 2024.
    The FAA has a requirement for Procurement Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Com
    Active
    Transportation, Department Of
    Sources Sought TRANSPORTATION, DEPARTMENT OF FEDERAL AVIATION ADMINISTRATION is seeking interest from small businesses for the procurement of Alaskan Satellite Telecommunications Infrastructure (ASTI) Maintenance and Support of the Satellite Carrier Monitoring System. This includes the necessary hardware, software, and support to replace the Glowlink Communications Technology carrier monitoring system. The FAA is particularly interested in responses from service-disabled veteran-owned small businesses and 8(a) certified firms. The scope of work includes providing specific part numbers and technical assistance. The installation will take place in Anchorage ARTCC (ZAN) SACOM Facility and Fairbanks ATCT (FAI) TRACON Facility. The NAICS code for this effort is 517410 Satellite Telecommunications, with a size standard of $44 million. Interested vendors should submit a capability statement and other required documents by October 17, 2023.
    BIL FUNDED - DOOR REPLACEMENT
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for a contract to replace four exterior doors and refurbish seven door frames at the Fort Lauderdale Air Traffic Control Tower (ATCT) in Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision, adhering to the specified Statement of Work and safety protocols, including OSHA guidelines. This initiative is part of the Bipartisan Infrastructure Law (BIL) funding and is set aside for Small Disadvantaged Businesses, with a contract value anticipated to be between $10,000 and $250,000. Interested offerors must submit their proposals by September 23, 2024, at 4:00 PM CDT, and are encouraged to attend a site visit on September 18, 2024, to better understand the project requirements. For further inquiries, contact Wayne Mottley at wayne.mottley@faa.gov or 817-222-5537.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a non-regulated voltage power supply intended for aircraft applications. This procurement aims to acquire electrical power systems that meet specific quality assurance standards, including compliance with ISO 9001-2015, and emphasizes the importance of traceability through unique item identifiers. The solicitation is open to all businesses, with a particular focus on encouraging small business participation, and proposals are due by October 7, 2024. Interested contractors can reach out to James Maynard at james.maynard.6@us.af.mil or call 405-855-3351 for further details.
    EPICS II
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to solicit contractor support services under the Enterprise Programs, Infrastructure, and Communications Services (EPICS) II initiative. This procurement aims to provide a comprehensive range of support for the FAA’s Communications, Information, Network Programs (CINP), Data Communications (DataComm) program, and the newly established Telecommunications Integrated Services Organization (TISO). The services required include system engineering, program management support, in-service management, business and financial management, information systems development, studies and evaluations, and administrative support, all of which are critical for the effective operation of FAA programs. Interested parties should note that the Draft Screening Information Request (SIR) QA responses are expected to be released by October 2, 2024, and can be found on SAM.gov. For further inquiries, contact Elizabeth H. Williams at elizabeth.h.williams@faa.gov.
    NISC Enterprise Support Tasking (NEST)
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the NISC Enterprise Support Tasking (NEST) contract, which is set aside exclusively for Small Disadvantaged Businesses (SDB). This contract aims to provide independent quality assurance, quality control, and operational support for the NIMS/CMIS systems, including software development oversight, system upgrades, and user training, all while ensuring compliance with stringent cybersecurity protocols. The successful contractor will play a critical role in enhancing the efficiency and reliability of the FAA's financial management systems, with a contract duration of five years, including a twelve-month base period and four optional extensions. Interested parties should direct inquiries to the FAA AAQ 410 Contracting Office via email at 9-AWA-AAQ410-Contracting-Team@faa.gov, and must adhere to the proposal submission guidelines outlined in the solicitation documents.
    Prime Power Distribution Systems (PPDS) Request for Proposal (RFP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the Prime Power Distribution Systems (PPDS) under a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to modernize and enhance the electric power distribution infrastructure across military operations, focusing on components such as the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers. These systems are crucial for ensuring reliable power distribution in various operational environments, supporting military readiness and disaster relief efforts. Interested small businesses must submit their proposals by September 26, 2024, at 1 PM EST, and can direct inquiries to Tony D. Adams at tony.d.adams10.civ@army.mil or Danny Lester at danny.w.lester.civ@army.mil. The estimated maximum contract value is $90 million, emphasizing the government's commitment to small business participation in this initiative.