**BILL FUNDED** Replacing the Mechanical Room Flooring Power Services building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
ID: 2405432Type: 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 qualified contractors to replace the flooring in the Mechanical Room of the Seattle Air Route Traffic Control Center (ZSE) in Auburn, Washington. The project involves removing existing flooring, preparing the surface for a new low VOC epoxy coating, repairing cracks, and applying a new epoxy floor, with a completion timeline of thirty days following the Notice to Proceed. This initiative is part of the FAA's commitment to maintaining infrastructure while ensuring operational integrity and safety, backed by funding from the 2022 Bipartisan Infrastructure Law. Interested contractors must submit their bids by the specified deadline and are encouraged to contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further inquiries. The estimated budget for this project ranges from $1,000,000 to $1,500,000, with a mandatory site visit scheduled for September 9, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Aviation Administration (FAA) is initiating a project to replace the flooring in the Mechanical Room of the Seattle Air Route Traffic Control Center (ZSE), backed by funding from the 2022 Bipartisan Infrastructure Law. The project involves removing the existing flooring, preparing the surface for a new low VOC epoxy coating, repairing cracks, and applying a new epoxy floor with a color and design chosen by the FAA. Additional tasks include submitting a flooring control plan and Material Safety Data Sheets for FAA approval before commencing work. The contractor is expected to begin work promptly after contract award, submit a detailed project schedule, and ensure minimal disruption to normal operations at the center. All work must adhere to FAA security protocols and will be conducted under FAA supervision. Key considerations include preventing debris from affecting air handlers and maintaining air quality during the project. The completion timeline is set for thirty days following the Notice to Proceed, concluding with a thorough cleanup of the premises. The project underscores the FAA's commitment to maintaining infrastructure while prioritizing operational integrity and safety.
    This government solicitation document details an Invitation for Bid (IFB) by the FAA Aeronautical Center for constructing and replacing the mechanical room flooring at an FAA facility. The project, identified by solicitation number AC-24-05432, has an estimated budget range of $1,000,000 to $1,500,000 and requires the contractor to perform all necessary work within 30 days after receiving a notice to proceed. A mandatory site visit is scheduled for September 9, 2024. The contractor must provide all required performance and payment bonds and ensure compliance with various solicitation requirements, including timely submission of sealed bids and adherence to provisions outlined in the Statement of Work (SOW). The document emphasizes accountability, outlining obligations such as securing necessary permits, conducting inspections, and adhering to environmental regulations. Additionally, it mandates a minimum of 15% of work to be performed on-site by the contractor's own workforce. Amendments to the solicitation and necessary acknowledgments by bidders must be documented, ensuring that no unauthorized payments are made to influence government decisions. The contract will be governed by various clauses, ensuring compliance with federal guidelines and labor standards, highlighting the project’s significance in fostering safe and effective construction practices.
    The document pertains to an RFP for replacing the mechanical room flooring at the Federal Aviation Administration (FAA) En-route facility. It outlines critical experience information required from contractors interested in the project, including the contractor's name, address, and contract details like number, dollar value, and status. Contractors must specify the project title and location, and describe their role and responsibilities on the project. Furthermore, the file requests contact information for the project owner or manager. This structured approach ensures that the FAA can evaluate contractor qualifications effectively, emphasizing relevant past experiences and capabilities necessary for the successful execution of the job. The overall purpose is to gather comprehensive background information from potential contractors to facilitate informed selection for the flooring replacement project.
    The Federal Aviation Administration (FAA) outlines the reporting requirements for contractors under the Bipartisan Infrastructure Law (BIL). The document specifies the completion of a five-tab data report covering Contractor Information, Buy American compliance, energy savings initiatives, subcontracting details, and job creation metrics. Detailed instructions are provided for each tab, including the collection of contractor details, obligations, job control numbers, and the economic status of contractors. It mandates the identification and reporting of non-domestic products, energy-efficient replacements, subcontracting expenditures by socio-economic category, and the number of jobs created. Additionally, resources for submitting the required data and seeking further assistance are included. The report aims to promote accountability, transparency, and compliance with federal guidelines while facilitating the effective utilization of BIL funds for infrastructure projects.
    The document appears to be a collection of government RFPs (Requests for Proposals) and grant applications, with various coded sections that may indicate proposals or bids related to state and local projects. It highlights the need for detailed project descriptions, guidelines for funding allocation, and procedural adherence. The overarching themes include the importance of compliance with safety, environmental standards, and cost management in project execution. The document emphasizes the necessity for accurate project evaluation and thorough documentation to secure funding for public initiatives. Additionally, it addresses potential avenues for risk assessment and remediation during project implementation, underscoring the significance of maintaining regulatory standards through careful oversight. The sections suggest various types of government projects, indicating a focus on improving public infrastructure, enhancing community services, and supporting public health initiatives. In summary, the content reflects a structured approach to managing federal and state grants and emphasizes the critical need for stakeholders to align with government protocols for successful funding and project execution.
    Similar Opportunities
    **BILL FUNDED** Refurbish Paint Power Services Building at the Federal Aviation Administration (FAA) Enroute facility, Seattle Air Route Traffic Control Center (ZSE).
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to refurbish the Paint Power Services Building at the Seattle Air Route Traffic Control Center (ZSE) located in Auburn, Washington. The project involves comprehensive exterior maintenance, including pressure washing, preparation, and painting of all exterior metal surfaces, while adhering to safety and environmental regulations, with specific tasks such as waterproofing and encapsulating lead paint. This refurbishment is crucial for maintaining the operational integrity and safety standards of FAA facilities, with an estimated contract value between $1,000,000 and $1,500,000 and a performance period of 30 days post-notice to proceed. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadlines, with a mandatory site visit scheduled for September 9, 2024, and all inquiries directed to Joel Scott at joel.e.scott@faa.gov.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is crucial for enhancing infrastructure at the FAA Aeronautical Center, ensuring safety and functionality in air traffic operations. Interested contractors must submit proposals via email by October 7, 2024, and are encouraged to RSVP for a site visit scheduled for September 17, 2024, by contacting Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    Exterior Repairs at the Salt Lake City ATCT
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking contractors for exterior repairs at the Salt Lake City Air Traffic Control Tower (ATCT). The project involves various repair tasks, including repainting exterior doors and replacing damaged soffits, with an estimated contract value between $100,000 and $200,000. This procurement is crucial for maintaining the operational integrity and safety of air traffic management facilities. Interested vendors must submit their proposals by September 17, 2024, at 12 PM MST, and can direct inquiries to Angela Layman at angela.layman@faa.gov.
    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.
    Amendment 0002: Door Replacement Project at FAA's Denver Air Route Traffic Control Center (ARTCC) located in Longmont, CO
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is soliciting offers for a door replacement project at the Denver Air Route Traffic Control Center (ARTCC) located in Longmont, Colorado. The project involves replacing 75 interior doors, including hardware sets, key cores, and updating the keying system, with an estimated contract value between $750,000 and $1 million. This procurement is set aside for small businesses under NAICS code 236220, emphasizing the importance of compliance with federal guidelines, including the Buy American Act and Davis-Bacon Act. Interested contractors must submit their offers by 5:00 PM Mountain Time on October 10, 2024, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or by phone at 206-231-3026.
    GNV TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Gainesville Regional Airport's Air Traffic Control Tower Facility in Florida. This project aims to enhance safety and functionality at the facility, which is crucial for maintaining efficient air traffic operations, while adhering to FAA regulations and local building codes. Interested vendors are required to submit a capability statement, along with any necessary certifications, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The project is funded by the FY2023 BIL Project, with a NAICS code of 238990 and a PSC code of Z2BA, indicating a focus on specialty trade contracting.
    MYR TOWB Parking Lot Replacement
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the refurbishment and replacement of the parking lot, gutters, curbs, and sidewalks at the Myrtle Beach International Airport (MYR ATCT) in South Carolina. This project, funded under the FY2023 BIL Project, requires compliance with FAA regulations and local, state, and federal standards, including obtaining necessary permits and ensuring minimal disruption to airport operations during construction. Interested vendors must submit a capability statement, along with any applicable SBA 8(a) or SDVOSB certification letters, by September 27, 2023, at 3:00 PM CST, to Samantha Pearce at samantha.a.pearce@faa.gov. The FAA will use the responses to inform its acquisition planning and determine the appropriate procurement method.
    Elevator Maintenance Services Salt Lake City, UT
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for elevator maintenance services at the Salt Lake City Air Traffic Control Tower in Utah. The procurement aims to ensure the safe and efficient operation of two types of elevators—geared traction and hydraulic—installed in 2009, requiring routine inspections, preventive maintenance, and repairs in accordance with manufacturer specifications. This contract, which spans from January 1, 2025, to December 31, 2029, emphasizes the importance of maintaining operational safety and compliance with federal regulations. Interested vendors must submit their proposals by October 1, 2024, and direct any inquiries to Christopher Bartels at christopher.bartels@faa.gov or by phone at 817-222-4022.
    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.
    Flooring Replacement - St. Paul, Minnesota - 3rd Floor Admin Building - Northern Research Station
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the flooring replacement project at the Northern Research Station's 3rd Floor Administration Building in St. Paul, Minnesota. The project involves the legal abatement and removal of approximately 5,100 square feet of asbestos-containing flooring, followed by the installation of new luxury vinyl tile, baseboards, and associated trim. This renovation is crucial for maintaining a safe and functional work environment, adhering to health and safety regulations during construction activities. Interested contractors must submit their quotes electronically by the specified deadline and are required to be registered in SAM.gov; a site visit is scheduled for September 12, 2024, with a performance period of 60 days from the Notice to Proceed. For further inquiries, contractors can contact Erin Garcia at erin.garcia@usda.gov.