*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
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
    Description

    The Federal Aviation Administration (FAA) is seeking proposals from qualified small businesses for a flooring replacement project at the Houston ARTCC facility, specifically targeting the boiler room, chiller room, and ESU offices. The project involves the removal and disposal of existing vinyl and carpet flooring, asbestos abatement, and the installation of new epoxy flooring, adhering to strict safety and compliance standards. This initiative is part of the Infrastructure Investment and Jobs Act (IIJA) and is budgeted between $50,000 and $100,000, with a contract award anticipated to the lowest responsive bidder by April 25, 2025. Interested contractors must submit their proposals to Nina Musser via email by the specified deadline, ensuring all required documentation is included.

    Point(s) of Contact
    Files
    Title
    Posted
    The project outlined in the Statement of Work (JCN 24004640) involves the replacement of flooring in various areas of the Houston ARTCC facility, specifically focused on the boiler room, chiller room, and ESU offices. Key tasks include the removal and disposal of existing vinyl and carpet flooring, along with asbestos abatement of the tile mastic in designated offices, all in compliance with state and federal regulations. The contractor is tasked with preparing surfaces for new epoxy flooring, which includes multiple stages of preparation and application following manufacturer instructions. Responsibilities also include providing ventilation, safety signage, and moving furniture for access. New flooring colors will be coordinated with ESU, and a warranty along with maintenance instructions for the new materials are required. A detailed work plan and product specifications must be submitted for approval before progressing with the project, which will be funded via a credit card through the FAA. This effort aims to ensure a safe and durable flooring upgrade within the government facility while adhering to relevant safety and compliance standards.
    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.
    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.
    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.
    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.
    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.
    The document represents an amendment to a solicitation regarding contract modification, specifically Amendment 0002 for the FAA Aeronautical Center in Oklahoma City, effective April 10, 2025. The amendment replaces the previous Statement of Work (SOW) with the new SOW titled 'ZHU CTRB Flooring' as of April 15, 2025, rendering the old version obsolete. Additionally, the List of Documents, Exhibits, and Attachments has been revised, with several new documents added and updated page counts indicated. Contractors must acknowledge receipt of the amendment before proposals are submitted, with various methods provided for this process. The final section outlines the required documentation changes, clarifying the updates in attachments relevant to the contract. This amendment reflects compliance with federal procurement standards, facilitating the execution of construction and related services in accordance with updated project requirements.
    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.
    Similar Opportunities
    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.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    ZMP Multiple Power Panels Replacement
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking small businesses to replace multiple power panels at the Minneapolis Air Route Traffic Control Center located in Farmington, Minnesota. This project involves the replacement of outdated power panelboards and related electrical infrastructure, with a total estimated contract value under $100,000. The selected contractor will be responsible for providing all necessary labor, materials, and supervision, adhering to FAA specifications, local codes, and safety standards, while ensuring minimal disruption to the facility's 24/7 operations. Interested contractors must submit their proposals electronically and are encouraged to contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799 for further details, with a site visit scheduled for December 17, 2025, requiring prior registration for attendance.
    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.
    Craig Work Center (CAG ADM) Janitorial Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for janitorial services at the Craig Work Center (CAG ADM) in Craig, Colorado. The contract, set aside for small businesses, will cover janitorial services from May 1, 2026, to April 30, 2031, with four option years available, and will be awarded as a Firm-Fixed Price Contract. This procurement is crucial for maintaining cleanliness and operational efficiency at the facility, ensuring compliance with federal regulations and security standards, including the REAL ID Act for facility access. Interested contractors must submit their proposals by February 4, 2026, and are encouraged to attend a site visit on December 16, 2025, to familiarize themselves with the requirements. For further inquiries, contact Karen McIvor at karen.ctr.mcivor@faa.gov or Jennifer J. Davis at jennifer.j.davis@faa.gov.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    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.
    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.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Aviation Research BAA 2025
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Broad Agency Announcement (BAA) for Aviation Research 2025, with Solicitation Number 692M15-25-R-00004, which will be open for submissions from December 5, 2024, to December 4, 2034. This BAA invites proposals for scientific research and experimentation aimed at enhancing aviation safety and efficiency, with a focus on various topics including airport pavements, safety systems, and software development. The FAA encourages submissions from diverse entities, including industry, academia, and small businesses, and anticipates funding for projects ranging from $200,000 to $400,000 annually, with multiple awards expected based on funding availability. Interested parties should direct inquiries to Karen Thorngren at Karen.C.Thorngren@faa.gov or Christine Melton at Christine.M.Melton@faa.gov for further details.