*IIJA* SOLICITATION: Replace 12” x 12” vinyl tile and 2’ x 2’ carpet squares in boiler room, chiller room and ESU Offices Houston ARTCC ZHU- Amended 10 April 2025
ID: 6973GH-25-R-00110Type: Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 8:00 PM UTC
Description

The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small business contractors to replace flooring in the boiler room, chiller room, and ESU offices at the Houston ARTCC ZHU. The project involves the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring, with a total area of approximately 4,323.4 square feet. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and emphasizes compliance with federal and state regulations regarding hazardous materials, ensuring a safe and functional working environment. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nina Musser at nina.j.musser@faa.gov.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The document outlines a request for proposals (RFP) by the Federal Aviation Administration (FAA) for a flooring replacement project at its Houston facility, funded under the Infrastructure Investment and Jobs Act (IIJA). The project budget is between $50,000 and $100,000, with a timeline for completion set for 30 days after the notice to proceed. The solicitation emphasizes that the contract is a one-time award to a responsible small business contractor that submits the lowest price. Details include a mandatory site visit scheduled for March 25, 2025, and requirements for performance and payment bonds. The contractor is responsible for all aspects of labor, materials, and equipment needed for the work, adhering to all relevant safety and inspection standards as outlined in the solicitation. Additional mandates include compliance with local and federal regulations on materials, particularly prohibiting the use of asbestos or any materials that may violate environmentally friendly guidelines. The FAA ensures that its contracts support small businesses and abide by broader government contracting standards, including electronic submission protocols for payment requests. This RFP reflects the government’s strategic focus on infrastructure investment while ensuring compliance with specific performance standards and inclusivity in contracting opportunities.
Apr 10, 2025, 4:06 PM UTC
This document is an amendment to an existing federal solicitation and contract, identified as Amendment 0001, issued by the FAA Aeronautical Center in Oklahoma City, effective April 10, 2025. The primary purpose of this amendment is to modify the contract by incorporating several attachments, extending the project deadline from April 11, 2025, to April 25, 2025, and deleting specific environmental-related clauses from the agreement. The attachments include details about project specifications, a wage determination, and other relevant documents essential for project execution. Furthermore, the amendment stipulates that the contractor must acknowledge receipt of this amendment to ensure their offer remains valid. It highlights various administrative changes while stating that all other terms and conditions of the original contract remain unchanged. This document reflects the procedural adjustments typical in government RFPs and contract modifications, indicating an organized approach to managing federal projects and compliance requirements.
Apr 10, 2025, 4:06 PM UTC
This document pertains to a federal solicitation for contractor services to replace carpet squares in specific areas, including a boiler room, chiller room, and ESU offices, under the RFP number 6973GH-25-R-00086. Contractors are required to provide their experience information, including project details such as their name, contact information, contract number, and financial details. Additionally, the document asks for a description of the contractor's role and responsibilities in the project, as well as the client’s project owner or manager’s details. This information is essential for evaluating the contractor's qualifications and past performance in similar projects, contributing to the selection process for providing the requested services. Overall, the structure is straightforward, focusing on gathering relevant experience that demonstrates the contractor's capability to fulfill the project requirements.
Apr 10, 2025, 4:06 PM UTC
Apr 10, 2025, 4:06 PM UTC
This document is a report from Eurofins J3 Resources, Inc. detailing the results of asbestos testing conducted for the Federal Aviation Administration (FAA) related to the ZHU ESU Offices project. The samples were collected and tested for asbestos content via Polarized Light Microscopy, in compliance with relevant EPA standards. All samples retrieved were found in acceptable condition, with the majority exhibiting non-detectable levels of asbestos. However, four separate samples of black mastic revealed a chrysotile asbestos concentration of 3%, while other materials such as white floor tile and yellow carpet mastic showed no asbestos. The report specifies that any liabilities concerning the test results are limited, emphasizing that the company is not responsible for decisions made based on these findings unless due to misconduct or gross negligence. The report is intended for internal use by the FAA and includes a disclaimer against reproduction without consent. Overall, it serves as a critical health and safety assessment ahead of any project alterations to ensure compliance with environmental regulations.
Apr 10, 2025, 4:06 PM UTC
The document pertains to the Flooring Replacement project at the ZHU Houston facility, which involves the application of epoxy products and requires adherence to specific safety and logistical guidelines. Key inquiries addressed include odor tolerance for epoxy, dust control measures, and the sequencing of work across various sections—totaling approximately 4,323.4 square feet. The contractor must implement measures to manage ventilation and dust during operations, particularly due to the potential for asbestos disturbance in certain areas. Specific thickness requirements for epoxy application are noted, with 6 MILS for specified offices and 20 MILS for industrial areas. The contract allows for asbestos abatement to be conducted during normal working hours, with oversight from a hired consultant. Contractors are reminded that air quality tests will be managed externally and that no structural alterations are to disturb existing equipment like hot water heaters. Additionally, the bid proposal deadline has been extended to April 25, 2025. The document stresses the importance of careful planning and compliance with safety protocols, especially concerning hazardous materials, to ensure the project's successful execution following federal RFP standards.
Apr 10, 2025, 4:06 PM UTC
The project outlined in the Statement of Work involves the replacement of flooring in various areas of the Houston ARTCC. The work includes the removal of existing vinyl tile and carpet squares, asbestos abatement, and the installation of new epoxy flooring. Specific tasks include preparing concrete surfaces, hiring a licensed asbestos contractor for safe removal of mastic, and applying a multi-layer epoxy system, guided by manufacturer specifications. The contractor must also ensure ventilation during the process, manage work area access, and provide necessary safety measures. Additionally, a Work Plan detailing daily activities and required surface diagnostics must be submitted. This project highlights compliance with federal and state regulations, particularly regarding hazardous materials, while emphasizing the importance of coordination and safety measures during installation. Overall, this initiative underscores the FAA's commitment to maintaining safe and functional working environments at federal facilities.
Apr 10, 2025, 4:06 PM UTC
Apr 10, 2025, 4:06 PM UTC
Similar Opportunities
(IIJA) SIR-Infrastructure Investment and Jobs Act The Federal Aviation Administration (FAA) has a requirement to Replace the Mechanical Room Flooring Power Services building at the Guam Combined Center Radar Approach (ZUA), located at Barrigada, Guam 96913
Buyer not available
The Federal Aviation Administration (FAA) is seeking bids for a construction project to replace the flooring in the Mechanical Room of the Power Services building at the Guam Combined Center Radar Approach (ZUA) facility in Barrigada, Guam. This project, funded under the Infrastructure Investment and Jobs Act (IIJA), requires the selected contractor to remove existing flooring, prepare the surface, and install new epoxy flooring, with an estimated cost between $50,000 and $85,000. The contract will be awarded to the responsible small business that submits the lowest priced quote, with a completion timeline of 30 days following the notice to proceed. Interested offerors must register for a site visit scheduled for April 22, 2025, and submit their proposals by May 6, 2025, to Bryon Nolan at bryon.r.nolan@faa.gov.
SIR: The Federal Aviation Administration (FAA) has a requirement for QP-2 Paint Contractors to prepare, remove and repaint the existing ASDE Tower and Shelters on the Airport Grounds at Houston, TX 77066.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified QP-2 Paint Contractors to prepare, remove, and repaint the existing ASDE Tower and Shelters located at the Houston Airport (IAH). The project aims to address significant lead-based paint (LBP) concerns and ensure compliance with safety and environmental regulations, emphasizing the importance of maintaining aviation infrastructure. The contract, valued between $350,000 and $450,000, is set aside exclusively for small businesses, with proposals due by April 21, 2025, at 5:00 PM CDT. Interested contractors must attend a mandatory site visit on April 3, 2025, and direct any inquiries to Bryon Nolan at bryon.r.nolan@faa.gov.
INSTALL SRG AND RAISED FLOOR
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential contractors for the installation of a new raised access floor system and associated renovations at the ZDV ARTCC facility in Longmont, Colorado. The project entails the demolition of existing structures, installation of approximately 2,712 square feet of raised flooring, and compliance with safety and accessibility standards, including ADA requirements and fire safety regulations. This initiative is crucial for enhancing operational efficiency and safety within the facility, ensuring minimal disruption during construction while adhering to FAA protocols. Interested vendors must submit their capability statements and responses by April 16, 2025, at 4:00 p.m. Central Time, via email to Jason Perry at jason.m.perry@faa.gov, marking submissions as proprietary where necessary.
QZA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting proposals for the QZA Parking Lot Replacement project located in Oilton, Texas, under Solicitation Number 697DCK-25-R-00185. The project involves the removal and disposal of existing materials, excavation for new pavement and drainage, installation of a new pavement section, and the addition of a motorized vertical pivot gate and electric power line. This initiative is crucial for enhancing infrastructure at the FAA's Air Route Surveillance Radar site, ensuring improved vehicular accessibility and compliance with safety standards. Interested small business contractors must submit their proposals by April 25, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov. The estimated contract value ranges from $100,000 to $250,000, with a projected performance period of approximately 30 calendar days.
ZAU – Chicago Center - Vent Piping Repair
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the ZAU – Chicago Center Vent Piping Repair project located in Aurora, Illinois. The project involves replacing rotted vent pipes in the men's restrooms at the Air Route Traffic Control Center, addressing issues related to foul odors caused by sewage gases, and ensuring compliance with safety regulations during the construction process. This procurement is crucial for maintaining operational health and safety standards within federal facilities, with an estimated contract value of less than $50,000. Interested contractors must submit their proposals electronically by the specified deadline and are encouraged to attend a site visit on April 16, 2025, to better understand the project requirements. For further inquiries, contact Amber Jones at Amber.N.Jones@faa.gov or Linda Hennequant at Linda.Hennequant@faa.gov.
QNA Parking Lot Replacement
Buyer not available
The Federal Aviation Administration (FAA) is soliciting bids for the QNA Parking Lot Replacement project located in Hallettsville, Texas, with a focus on enhancing the infrastructure at the Air Route Surveillance Radar (ARSR) site. The project involves the excavation and removal of existing materials, installation of new pavement, disposal of unused poles, and the setup of a powered gate system, all while adhering to safety and environmental regulations. This initiative is crucial for improving vehicular accessibility and safety at a key FAA facility, with an estimated contract value between $250,000 and $500,000, specifically set aside for small businesses under NAICS code 237310. Interested contractors must submit their proposals by April 22, 2025, at 3:00 PM EDT, and can direct inquiries to Marc LeMay at marc.lemay@faa.gov or Suzanne Huggins at Suzanne.T-CTR.Huggins@faa.gov.
MARKET SURVEY: REMOVE SURFACE CORROSION AND APPLY PROTECTIVE COATING TO THE FOUR ENGINE GENERATOR EXHAUST MUFFLERS AND EXTERIOR PIPING OF THE POWER SERVICES BUILDING (PSB) AT THE FORT WORTH AIR ROUTE TRAFFIC CONTROL CENTER (ZFW ARTCC) IN FORT WORTH, TX.
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is conducting a market survey to identify qualified sources for a project involving the removal of surface corrosion and the application of protective coatings to four engine generator exhaust mufflers and exterior piping at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC) in Texas. The contractor will be responsible for refurbishing the mufflers while ensuring that safety protocols are strictly followed to avoid disruptions to air traffic operations, with oversight from FAA personnel during the project. This initiative is crucial for maintaining operational efficiency and compliance with safety regulations, reflecting the FAA's commitment to preserving infrastructure integrity. Interested vendors are encouraged to submit their statements of interest and capability by 4:00 p.m. Central Time on April 17, 2025, with an estimated project budget between $20,000 and $45,000. For inquiries, contact Stephen Branch at stephen.n.branch@faa.gov.
AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for the Air Handling Unit (AHU) Replacement Project at the Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, Washington. This project, set aside for small businesses under NAICS code 238220, involves replacing indoor air handling units, hydronic piping, metal ducts, and associated electrical components, with an estimated project cost between $750,000 and $1 million. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of air traffic control services, ensuring compliance with federal regulations throughout the project lifecycle. Interested parties must submit their offers by April 23, 2025, and are encouraged to attend a site visit on April 2, 2025; for inquiries, contact Cindi Tjelde at cindi.tjelde@faa.gov or 206-231-3026.
IIJA -Replace Exterior Security Lighting Ft Worth ARTCC, Fort Worth, TX
Buyer not available
The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for the IIJA - Exterior Security Lighting Replacement Project at the Fort Worth Air Route Traffic Control Center (ARTCC) in Texas. The project involves replacing twelve exterior security lighting fixtures with new LED units, requiring the contractor to provide all necessary labor, materials, and equipment while ensuring minimal disruption to air traffic operations. This initiative is crucial for enhancing safety and security at a vital air traffic facility, with a contract value estimated under $50,000 and a total small business set-aside. Interested contractors must submit their proposals electronically by April 22, 2025, and are encouraged to attend a site visit on April 8, 2025, to familiarize themselves with the project requirements. For further inquiries, contact Regina Singleton at regina.singleton@faa.gov or call 404-305-5790.
SOLICITATION: REPLACE HVAC UNITS, DUCTING, AND HARDWARD FOR THE FAA STT ASR FACILITY IN ST. THOMAS, USVI.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified contractors to replace HVAC units, ducting, and hardware at the Airport Surveillance Radar (ASR) facility in St. Thomas, U.S. Virgin Islands. The project involves the installation of two 20-ton HVAC units, requiring the contractor to provide all necessary labor, materials, and equipment, while adhering to safety regulations and ensuring minimal disruption to operations. This procurement is critical for maintaining operational efficiency and safety standards in aviation infrastructure. Interested small businesses must submit their proposals by May 7, 2025, with a performance period of 45 days post-award, and can direct inquiries to Stephen Branch at stephen.n.branch@faa.gov.