SOLICITATION SOLICITATION: GUY TENSIONING OF THE HUGER REPEATER TOWER IN THE FRANCIS MARION AND SUMTER FOREST NEAR HUGER, SC.
ID: 6973GH-25-Q-00083Type: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the guy tensioning and repair of the Huger Repeater Tower located in the Francis Marion and Sumter Forest near Huger, South Carolina. The project requires contractors to provide all necessary labor, tools, and materials to complete the work within 30 days of receiving a Notice to Proceed, adhering to the specifications outlined in the attached Statement of Work (SOW). This procurement is set aside exclusively for small businesses, emphasizing the importance of maintaining critical communication infrastructure for aviation operations. Proposals must be submitted by April 15, 2025, with a site visit scheduled for April 2, 2025; interested parties should contact Stephen Branch at stephen.n.branch@faa.gov for further details.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 3:05 PM UTC
The document outlines a Request for Quotes (RFQ) from the Federal Aviation Administration (FAA) for a construction project focusing on the repair and tensioning of the Huger Repeater. The procurement is set aside for small businesses and requires all labor, tools, and materials to be provided by the contractor within 30 days of receiving a Notice to Proceed. Key aspects include a scheduled site visit, specifications detailed in the Statement of Work, and specific clauses regarding payment terms, inspections, and compliance with federal executive orders. The submission process is competitive, with particular attention to electronic invoicing requirements and adherence to the Buy American Act. Various clauses address labor regulations, contractor responsibilities during contract performance, and mandates that ensure compliance with security measures in accordance with the Federal Acquisition Supply Chain Security Act. Additionally, contractors are prohibited from using hardware, software, or services associated with Kaspersky Lab and ByteDance (TikTok). The contract emphasizes transparency in payments and disclosures related to lobbying activities, reinforcing federal standards for contractor operations. This RFQ signifies the FAA's commitment to maintaining operational integrity and promoting small business participation in federal projects.
Apr 14, 2025, 3:05 PM UTC
The document is a Contractor's Release form used by the Department of Transportation, which formalizes the discharge of the U.S. Government from liabilities associated with a specific contract once payment is made to the contractor. The contractor acknowledges the total amount paid and payable, and the agreement includes exceptions for specific claims, unknown liabilities to third parties, and claims related to patent reimbursements. The Contractor commits to comply with contractual provisions regarding patent matters and claims not released. The form requires signatures for validity, detailing protocols for corporate entities if applicable. This release signifies the conclusion of financial obligations while maintaining accountability for unaddressed claims, thus reflecting standard practice in government contracts and addressing the context of federal RFPs, grants, and local solicitations for services or projects.
Apr 14, 2025, 3:05 PM UTC
The document outlines the dimensions and specifications for Huger Tower, a structure likely involved in a federal or local project. The primary focus is to ensure contractors and stakeholders understand the building's physical parameters, which may be relevant for construction, renovation, or maintenance purposes. Key elements include height, width, and materials used, which set the framework for subsequent planning and design decisions. Understanding these dimensions is essential for meeting regulatory standards and ensuring the project's success in alignment with government contracts or grants. The clarity in specifications helps guide bidding processes and project execution, reinforcing compliance with safety and governmental guidelines while ensuring that the construction adheres to intended design objectives. This document serves as a vital reference for all involved parties in the context of federal and local RFPs.
Apr 14, 2025, 3:05 PM UTC
The document is a Q&A sheet related to the federal RFP 6973GH-25-Q-00086 for the Huger Repeater project. It addresses contractor inquiries about the installation and specifications of the tower anchors and guy wires. Key points include: 1. Excavation: Most anchor blocks are above grade, so no excavation is needed. 2. Anchor Blocks: Each of the three tower legs requires two anchor blocks, totaling six, with contractors responsible for verification. 3. Guy Wires: Measurements for guy wire sizes at each leg (A, B, and C) are provided but must be confirmed by the contractor. 4. Levels of Guy Wires: There are eight levels of guy wires at the Huger site, also subject to contractor verification. 5. Tower Height: The towers have a height of 450 feet. 6. Rust Reporting: Criteria for reporting rust on anchor shafts are outlined in Section 5 of the Scope of Work (SOW). This document serves to clarify project requirements and expectations, ensuring that contractors understand their responsibilities in the execution of the Huger Repeater project. It highlights the importance of verification and adherence to specified measurements and guidelines for successful project completion.
Apr 14, 2025, 3:05 PM UTC
The Statement of Work (SOW) describes a project for the U.S. Forest Service (USFS) and Federal Aviation Administration (FAA) involving maintenance and repair of guyed towers to support critical operations. The contractor will implement guy system tensioning, perform minor repairs, and install new grounding systems according to established standards. The work targets communication, fire lookout, and research towers, requiring various tasks including tension adjustments, corrosion control, and installation of grounding systems per specified guidelines. Work is expected to be completed within 30 days of notice, with the contractor providing detailed schedules and remediation plans prior to commencement. The project emphasizes ensuring physical security of government equipment and adherence to safety standards as outlined by OSHA and ANSI-TIA. Deliverables include comprehensive reports and documentation of work performed, ensuring accountability and compliance with federal regulations. This initiative demonstrates the commitment to maintaining infrastructure critical to forest management and aviation operations.
Apr 14, 2025, 3:05 PM UTC
Similar Opportunities
6973GH-25-R-00122 - USFS GUY TENSIONING AIREY EMABERDT WAUSAU - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on identified U.S. Forest Service (USFS) tower assets located in Mississippi. The project involves installing new grounding systems, ensuring structural integrity through tensioning of guy wires, and adhering to safety standards such as TIA-222 Rev. H and NFPA 780. This procurement is crucial for maintaining reliable telecommunications infrastructure that supports USFS operations. Interested contractors must submit their proposals by April 29, 2025, at 4:00 PM CST, and direct any inquiries to Tamara Maxwell at tamara.m.maxwell@faa.gov.
6973GH-25-R-00093 - USFS GUY TENSIONING GOLDEN POND - SIR
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for a firm fixed-price contract to perform guy system tensioning and minor repairs on USFS tower assets located at three sites: Winona, Golden Pond, and Cass Repeater. The project involves essential maintenance tasks such as tension adjustments, grounding installations, and corrosion control to ensure the operational integrity of communication infrastructures critical to federal operations. Interested contractors must submit their quotes by April 29, 2025, at 4:00 PM CST, and are encouraged to attend scheduled site visits for a comprehensive understanding of the work required. For further inquiries, contact Tamara Maxwell at tamara.m.maxwell@faa.gov.
SOLICITATION: REPLACE ROOF HATCH AND DOORS AT THE WILMINGTON INTERNATIONAL AIRPORT (ILM) AIR TRAFFIC CONTROL TOWER AND BASE BUILDING IN WILMINGTON, NC
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of roof hatches and doors at the Wilmington International Airport (ILM) Air Traffic Control Tower and base building in Wilmington, North Carolina. This project involves the removal of existing doors and the installation of new ones, ensuring compliance with specified dimensions and safety standards, with a performance period of 30 days following the Notice to Proceed. The contract is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.
Siding at FSD ATCT (Sioux Falls, S.D.)
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for a project titled "Siding at FSD ATCT" located in Sioux Falls, South Dakota. The procurement involves replacing the building envelope at the Sioux Falls Air Traffic Control Tower, which includes tasks such as removing existing vinyl siding, replacing windows with new double-pane casement windows, and installing insulated metal panel siding, among other requirements. This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with FAA regulations while minimizing disruption to airport operations. Interested small businesses must submit their proposals by the specified deadlines, and for further inquiries, they can contact Elisha Distler at elisha.distler@faa.gov or call 817-222-4196.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors for the QZA Parking Lot Replacement project located in Oilton, Texas, under solicitation number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the installation of a motorized vertical pivot gate, all aimed at enhancing the operational infrastructure of the FAA site. This procurement is set aside for small business concerns, with an estimated contract value between $100,000 and $250,000, and a projected period of performance of approximately 30 calendar days. Interested contractors must submit their proposals by April 29, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
QNA Parking Lot Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas. The project involves the excavation, removal, and disposal of existing materials, installation of new pavement, and the setup of a powered vertical pivot gate, with a focus on enhancing safety and accessibility at the site. This initiative is part of the FAA's commitment to modernizing infrastructure at critical surveillance locations, with an estimated contract value between $250,000 and $500,000, set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 28, 2025, at 3 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
IIJA: SIR: The Federal Aviation Administration (FAA) has a requirement to REPLACE AND REPAIR PARKING LOT & DRIVEWAY at the St. Petersburg (PIE) ATCT at Clearwater, Florida 33762 as found in the Statement of Work (SOW) attached.
Buyer not available
The Federal Aviation Administration (FAA) is seeking proposals from qualified contractors to replace and repair the parking lot and driveway at the St. Petersburg Airport's Air Traffic Control Tower (PIE ATCT) in Clearwater, Florida. The project involves significant work, including the installation of a new concrete pad, replacement of damaged curb and gutter sections, and extensive asphalt replacement over approximately 27,500 square feet, aimed at enhancing safety and operational efficiency at the facility. This opportunity is a Total Small Business Set-Aside under the Infrastructure Investment and Jobs Act (IIJA), with an estimated contract value between $150,000 and $225,000. Interested parties must submit their proposals by May 6, 2025, and are required to attend a mandatory site visit on April 23, 2025; inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
SEEKING SOURCES: LIGHT LIFT HELICOPTER SERVICES - MULTIPLE OPPORTUNITIES IN NATIONAL FORESTS LOCATED IN WASHINGTON, IDAHO, AND MONTANA
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide light lift helicopter services for multiple projects supporting site inspections of remote U.S. Forest Service (USFS) observation towers in Washington, Idaho, and Montana. The FAA requires contractors to transport personnel and tools to various designated landing zones, with each project involving specific dates, estimated durations, and payloads of approximately 500 lbs. These services are critical for maintaining communication and lookout structures in areas where ground access is limited. Interested vendors must submit their capability statements and responses to the market survey by emailing Josh Huckeby at joshua.d.huckeby@faa.gov, ensuring their registration in the System for Award Management (SAM.gov) is current. The FAA anticipates awarding separate Firm Fixed Price contracts based on competitive pricing, with the announcement remaining open until acquisition strategies are established.