**IIJA** SOLICIATION : Renovate Guard House & Replace HVAC at the Fort Worth Air Route Traffic Control Center, ZFW ARTCC
ID: 6973GH-25-R-00186Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The Department of Transportation's Federal Aviation Administration (FAA) is soliciting proposals for the renovation of the Guard House and replacement of the HVAC system at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC) in Texas. This project involves comprehensive renovations, including the replacement of glass entry doors, interior repainting, installation of new restroom facilities, and the complete overhaul of an outdated HVAC system, all while ensuring minimal disruption to air traffic control operations. The contract, funded by the Infrastructure Investment and Jobs Act (IIJA), is expected to be awarded to the lowest priced, responsive offeror, with proposals due by August 1, 2025, at 3 PM Central Time. Interested contractors should direct inquiries to Nina Musser at nina.j.musser@faa.gov and ensure compliance with all submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation's Federal Aviation Administration (FAA) is submitting a Request for Proposal (RFP) for the renovation of the Guard House and replacement of the HVAC system at the Fort Worth Air Route Traffic Control Center (ZFW ARTCC). The project entails comprehensive work, including removing and replacing glass entry doors, repainting interior walls, installing new restroom facilities, adding ice and snow guards, and managing the complete replacement of an outdated HVAC system. Key requirements involve coordination with FAA personnel to ensure continued operation of air traffic control during renovations, adherence to safety and security protocols, and compliance with all local codes. The contractor is responsible for obtaining necessary permits and ensuring proper site management, including protection of existing facilities from damage and the safe disposal of removed materials. This initiative highlights the FAA's commitment to maintaining the integrity and functionality of critical infrastructure while improving safety and efficiency at the ZFW ARTCC.
    The document outlines a solicitation for construction services to renovate the Guard House at the ZFW ARTCC in Fort Worth, Texas, with a budget between $50,000 and $100,000. It provides essential details for contractors, including submission requirements, performance criteria, and a pre-bid site visit on June 25, 2025. The contractor will be responsible for all labor, materials, and compliance with safety regulations, including those regarding emergency situations and asbestos. An emphasis is placed on the need for domestic materials as per the Buy American Act, and the contractor must submit a Waste Management Plan prior to commencing work. The document also specifies the requirements for electronic invoicing and details about contractor responsibilities, including insurance and bonding. Overall, the solicitation aims to ensure that all work performed meets FAA standards while promoting efficiency and sustainability in federal construction projects. The structured approach encourages clear communication between contractors and the FAA to facilitate compliance and project success.
    This document is an amendment to a solicitation/modification of a contract associated with the FAA Aeronautical Center. The amendment, identified as A0001, extends the deadline for submitting proposals in response to the solicitation 6973GH-25-R-00186 to July 25, 2025, at 3 PM CT. The modification implies that other unchanged terms and conditions from the original solicitation remain in effect. The amendment provides necessary guidance for contractors on acknowledging receipt of this change, stressing the importance of doing so before the new deadline to avoid rejection of their proposals. The context suggests adherence to federal procurement protocols, particularly in regards to the IIJA funding associated with this project. The content is structured formally, featuring specific sections detailing contractual information, amendments, and instructions for contractors, typical of government solicitations and contracts.
    This document details an amendment to a solicitation for proposals under contract ID 6973GH-25-R-00186, issued by the FAA Aeronautical Center. The primary purpose of this amendment is to extend the due date for the submission of proposals to August 1, 2025. It specifies that all other terms and conditions of the original solicitation remain unchanged. The amendment requires contractors to acknowledge receipt to ensure their proposal is considered, with options for submitting acknowledgment through various methods, including telegram or letter. It reiterates the importance of timely receipt, stating that failure to do so may result in the rejection of offers. The document is administered by the AAQ-710 Logistics Center located in Oklahoma City, Oklahoma, and is funded by the Infrastructure Investment and Jobs Act (IIJA). This overview encapsulates essential procedural adjustments relevant to potential contractors while emphasizing adherence to established timelines and guidelines.
    The document outlines the Organizational Experience Questionnaire (OEQ) as part of the ZFW CTRB Renovate Guard Shack project, associated with contract number 6973GH-25-R-00186. Contractors are tasked to provide essential details such as their name, address, and the corresponding contract/task order or purchase order number along with its dollar value and status, indicating whether it is active or complete. Additional information required includes the project title, location, and a description detailing the contractor's role and specific responsibilities. Furthermore, contractors must provide contact details for the Project Owner or Project Manager associated with the client, including their name, address, telephone number, and email. This questionnaire serves as a critical component in evaluating contractor qualifications for government contracts, emphasizing the importance of organizational experience in fulfilling project requirements effectively.
    The document outlines a Q&A related to the renovation of a guard house at ZFW ARTCC under RFP 6973GH-25-R-00186. Main topics include responsibilities for moving furnishings during painting, dust control measures, and specific construction requirements. It clarifies that new vanities are not required to meet ADA standards, and the contractor, aided by FAA Tech Ops, must manage furnishings. Electronics can be covered during sanding, with select items being exempt. Dust control will involve zero VOC paint and recommended dust-reduction practices. Details about roofing specifications are also provided, emphasizing the need for field verification before material ordering. The Q&A highlights the project's complexity and the necessity of adhering to best practices to mitigate disruptions during occupied renovations.
    The document outlines the General Decision Number TX20250033 for construction contracts involving heavy dredging along the Texas Gulf Coast, covering public channels, harbors, rivers, tributaries, and the Intracoastal Waterway. It specifies wage requirements under the Davis-Bacon Act, highlighting applicable minimum wage rates based on Executive Orders 14026 and 13658, which mandate contractors to pay prevailing wages to workers. Specifically, contracts initiated or renewed after January 30, 2022, require a minimum wage of $17.75 per hour, while earlier contracts not renewed after that date require $13.30 per hour for 2025. Additionally, it outlines various job classifications along with their corresponding wage rates, all set at $16.85. The document emphasizes that it is the contractor's responsibility to comply with wage determinations and any appeals related to wage issues must follow specified procedures involving the Department of Labor. This summary concerns federal contracts related to dredging, with a focus on worker compensation and compliance with federal wage regulations, ensuring fair labor practices in construction projects funded by governmental contracts.
    Similar Opportunities
    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.
    Service Proprietary Hangar 1048 Fabric Doors at NAS Fort Worth
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking a contractor to service proprietary Verifcal Lifting Fabric hangar doors at Building 1048 located at Naval Air Station Fort Worth JRB, Texas. The contractor will be responsible for providing all necessary labor, parts, tools, equipment, materials, and transportation to complete the task, which is structured as a firm fixed price task order under a Federal Supply Schedule contract. This service is crucial for maintaining the operational readiness and safety of airfield structures at the facility. Interested parties can reach out to Eric Smith at eric.c.smith6.civ@us.navy.mil or by phone at 817-782-5274, or contact Jeannette Sale at jeannette.c.sale.civ@us.navy.mil or 817-782-7985 for further details.
    Industry Day: Brand-New Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage Alaska
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified General Contractors for the construction of a new Air Traffic Control Tower (ATCT) and Terminal Radar Approach Control/Base Building (A11 TRACON) at the Ted Stevens Anchorage International Airport in Anchorage, Alaska. The project involves the construction of a 318-foot tall ATCT and a two-story, 40,000 square foot base building, with a total gross area of approximately 70,000 square feet, including site work and the installation of a new Fiber Optic Transmission System. This project is critical for enhancing air traffic management capabilities and ensuring safety at one of the busiest airports in Alaska, with an estimated cost ranging from $200 million to $325 million. Interested contractors are encouraged to participate in virtual one-on-one industry days scheduled for December 15-19, 2023, and should contact Sue Newcomb at susan.newcomb@faa.gov or Katherine Fogle at Katherine.Fogle@faa.gov to propose meeting times.
    ZDV CTRB Raised Floor
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the installation of a new raised access floor system at the Denver Air Route Traffic Control Center (ZDV) in Longmont, Colorado. The project entails constructing an 18-inch high raised access floor covering approximately 2,982 square feet, along with the installation of ADA-compliant ramps and stairs, a new partition, and a 2-hour rated alcove. This renovation is crucial for enhancing operational efficiency and compliance with safety standards, as the facility will remain occupied throughout the construction period. Interested small businesses must submit their proposals by January 28, 2026, with a mandatory site visit scheduled for January 7, 2026. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    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.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.