RDU ATCT Parking Lot Improvements - Infrastructure Investment and Jobs Act (IIJA)
ID: 6973GH-25-R-00053Type: 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 AIR TRAFFIC CONTROL TOWERS (Z2BA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the RDU ATCT Parking Lot Improvements project in Morrisville, North Carolina, funded by the Bipartisan Infrastructure Law (BIL). The project involves significant construction work, including the replacement of the slide gate and improvements to the asphalt parking lots at the Raleigh-Durham Air Traffic Control Tower, with an estimated budget between $500,000 and $1,000,000 and a performance period of 45 days upon notice to proceed. Interested contractors must adhere to specific requirements, including submitting an "Organizational Experience Questionnaire," providing a proposal guarantee, and complying with wage determinations under the Davis-Bacon Act. The proposal submission deadline has been extended to February 28, 2025, at 5:00 PM Central Time, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation/modification of a contract (Contract ID Code 6973GH-25-R-00053), specifically Amendment 0001 issued by the FAA Aeronautical Center. The amendment, effective December 16, 2024, alters the delivery date on the front page of the Request for Quotation (RFQ) to align with Section L. Notably, it extends the proposal close date to December 27, 2024. Other terms and conditions of the contract remain unchanged and continue to be in full force. The amendment requires acknowledgment from the contractor, who must sign and return the document to validate changes. This process is critical to maintaining transparency and adherence to the guidelines set forth in federal procurement regulations, thereby facilitating effective contract management and compliance. The overall purpose of this amendment is to ensure that all parties are informed of changes, improving the efficiency of the federal procurement process.
    This document is an amendment to a solicitation related to a contract issued by the FAA Aeronautical Center, specifically for proposal solicitation No. 6973GH-25-R-00053. The key alteration involves extending the proposal submission deadline from December 27, 2024, to January 17, 2025, while all other contract terms remain unchanged. Additionally, it details submission requirements for proposals, including criteria for organizational experience, the need for performance and payment bonds, and the necessity for a proposal guarantee covering 20% of the proposal price. The FAA intends to award the contract to the lowest responsible bidder, based on adequate price competition. This amendment emphasizes compliance with the Bipartisan Infrastructure Law (BIL), requiring contractors to submit quarterly reports. Questions regarding the project must be submitted in writing prior to the specified deadline to ensure timely responses. Overall, this solicitation and amendment process reflects the FAA’s structured approach to procurements and adherence to regulatory requirements within federal contracting.
    The document outlines an amendment to a government solicitation for a contract managed by the FAA Aeronautical Center, specifically Amendment 0003 to Solicitation No. 6973GH-25-R-00053. The main purpose of this amendment is to extend the proposal submission date from January 17, 2025, to January 31, 2025. Other terms of the contract remain unchanged. Key details include that the FAA intends to award a single contract to the lowest responsible offeror and emphasizes the importance of communication during the solicitations process. Offerors are instructed to submit specific documents, including two “Organizational Experience Questionnaire” forms for recent projects valued at over $350,000 and a proposal guarantee of 20% of the proposal price. Performance and payment bonds covering 100% of the awarded contract will be needed within 14 days following the contract award. This solicitation is funded by the Bipartisan Infrastructure Law, subjecting it to relevant FAA reporting requirements. Proposals must be submitted electronically and adhere strictly to the requirements listed, with an emphasis on timely and complete submission to avoid rejection.
    This document is an amendment to a solicitation concerning contract 6973GH-25-R-00053, issued by the FAA Aeronautical Center in Oklahoma City. The key purpose of Amendment 0004 is to extend the proposal submission deadline from January 31, 2025, to February 28, 2025, at 5:00 PM Central Time. The document outlines various details relevant to the bidding procedure, including requirements for offerors, such as the incorporation of representations and certifications, and the submission of a proposal guarantee covering 20% of the proposal price. The FAA intends to award a single contract based on the lowest priced responsible offeror and emphasizes reporting requirements tied to funding from the Bipartisan Infrastructure Law. The amendment also clarifies that all other terms and conditions of the solicitation remain unaffected. Furthermore, specific instructions are provided regarding proposal preparation and the necessity for an "Organizational Experience Questionnaire" to ascertain the contractor's qualifications. Overall, this amendment serves to inform potential contractors of procedural changes and requirements essential for successful proposal submissions while ensuring compliance with federal regulations.
    The document primarily addresses the requirements and conditions regarding a Bid Bond necessary for federal government contracts, specifically for projects under the jurisdiction of the Federal Aviation Administration (FAA). It outlines the obligations of the Principal (who submits the bid) and the Surety (the entity guaranteeing the bid) concerning the financial commitment to the government. The Bid Bond must be executed before the bid opening date, and it binds the Principal and Surety jointly for the penal sum indicated, usually reflecting a percentage of the bid price. Key conditions are highlighted: the bond is void if the Principal executes required contracts and provides further necessary bonds upon acceptance of the bid. In cases of failure to do so, the Principal must cover any excessive costs incurred by the government. Additionally, the Sureties waive their rights to notice for certain extensions, simplifying the process. The document also includes sections for signatures, indicating formal acceptance and agreement by all parties involved. Overall, this Bid Bond serves as a legal instrument ensuring that bid proposers adhere to their commitments in federal contracting processes, aligning with the guidelines and structures established for government RFPs and grants.
    The document outlines requirements for contractors submitting proposals related to the RDU ATCT Parking Lot Improvements project under RFP number 6973GH-25-R-00053. Contractors must provide detailed experience information, including their name, address, and specific contract details, such as contract number, dollar value, and status (active or complete). They are also required to specify the project title and location, along with a comprehensive description of their role and responsibilities within the project. Moreover, contact information for the project owner or manager needs to be provided, including their name, address, telephone number, and email. This form helps ensure that contractors meet the necessary qualifications for the project and facilitates effective communication with project stakeholders.
    The document outlines the Performance Bond form required for federal government contracts, ensuring that the principal and sureties are financially liable for fulfilling the contract obligations. It specifies that the bond must be executed on or after the contract date by the principal, with details regarding the organization type, sureties' information, penal sum, and contract specifics. The core obligation covers the principal's performance under the contract, including all amendments and adherence to applicable tax regulations. If the principal meets all conditions, the bond becomes void. The form includes essential instructions for completion, such as the necessity for the signature of an authorized individual, requirements for sureties’ accreditation with the Department of the Treasury, and the conditions to maintain corporate seals as applicable. Overall, this Performance Bond is a foundational document crucial to ensure compliance with contractual agreements in the context of federal procurement and is regulated under the Miller Act. The onerous conditions aim to safeguard governmental interests and ensure project completion.
    The document serves as a Payment Bond form utilized in federal projects, specifically requiring compliance with the Act of August 24, 1935. It mandates contractors to ensure payment for labor and materials supplied during contract fulfillment by obtaining a payment bond. Key information includes the Principal's legal name, business address, incorporation state, and Sureties’ details along with the penal sum of the bond, ensuring financial accountability to employees and suppliers. The document outlines specific instructions for form completion, emphasizing the necessity for authorized signatures, appropriate surety corporation approval, and necessary seals. It also stresses that the bond is void if the Principal fulfills payment obligations as per the contract terms, indicating a shared responsibility between the Principal and Sureties. Additionally, it includes a Paperwork Reduction Act Statement, indicating the OMB Control Number (2120-0595) that governs its collection of information. The form is crucial in upholding financial integrity within government contracts by safeguarding those supplying resources and labor, thus illustrating the federal government's commitment to accountability in contractor relationships.
    This document outlines a solicitation for construction services focused on parking lot improvements at the Raleigh-Durham Air Traffic Control Tower (RDU ATCT) in North Carolina. Issued on December 5, 2024, it specifies project requirements, an estimated budget range of $500,000 to $1,000,000, and a performance period of 45 days upon receiving a notice to proceed. Important details include the scheduling of a site visit on December 10, 2024, and stipulations regarding performance and payment bonds. The contractor will be responsible for all labor, materials, and necessary permits to ensure project compliance. Additionally, it incorporates clauses for contractor obligations, inspection processes, and payment terms. The completion of work is vital to meet FAA standards, emphasizing accountability in managing potential public safety and environmental impacts. This solicitation highlights the FAA's commitment to maintaining infrastructure and ensuring safe operational environments for air traffic management.
    The document outlines the improvement project for the asphalt parking lots at the Air Traffic Control Tower serving Raleigh-Durham International Airport in North Carolina. Key components of the scope of work include locating site utilities, repairing storm drain pipes, replacing curbs, sidewalks, and asphalt pavement, and performing various site preparations and installations. The project is critical for ensuring safe operations at the air traffic control facility and is scheduled to be completed within 120 days of the notice to proceed, with work conducted Monday through Friday within specified hours. Special attention is emphasized on coordinating activities with the FAA to prevent disruptions to air traffic control operations. Additional requirements include implementing a Project Safety and Health Plan, adhering to strict safety protocols during construction, managing environmental impacts, and ensuring compliance with relevant regulations. The commitment to safety and thorough execution reflects the agency's priority in maintaining operational integrity and public safety during the improvement process.
    The Federal Aviation Administration (FAA) outlines the instructions for submitting reports under the Bipartisan Infrastructure Law (BIL). The report comprises five key tabs: Contractor Info, Buy American, Environmentally Friendly, Subcontracting, and Jobs Creation. Each tab must capture specific data from the prime contractor, including contact details, socio-economic status, contract identifiers, total obligated funds, Job Control Numbers (JCNs), project locations, and non-domestic purchases associated with the contract. The Buy American tab requires documentation of non-domestic products used, while the Environmentally Friendly tab focuses on energy-saving initiatives and identifying technologies being replaced. The Subcontracting tab collects data on subcontracted dollars awarded across various socio-economic categories. Lastly, the Jobs Creation tab records the number of jobs created attributed to the contractor and first-tier subcontractors. The purpose of this structured report is to ensure compliance with funding and accountability for projects funded by the BIL, promoting transparency regarding the economic impact of these contracts on job creation and the integration of American goods and services, while adhering to environmental considerations across initiatives.
    The document presents General Decision Number NC20240075, notably for heavy construction projects in Wake County, North Carolina, effective from January 5, 2024. It announces wage determinations under the Davis-Bacon Act, incorporating relevant Executive Orders. Contracts awarded or renewed on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, but not renewed, require $12.90 per hour. The document details specific wage rates for various labor categories, including carpenters, electricians, laborers, operators, and truck drivers, with fringe benefits also noted. Additionally, it highlights that unlisted worker classifications may be requested post-award, along with the established appeals process for wage determinations. Compliance with employee protections, such as paid sick leave under Executive Order 13706, is essential for contractors. This information is pertinent to contractors seeking to understand wage obligations and compliance measures when entering federal contracts, ensuring alignment with federal labor standards and protections for workers.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Gate and Operator Replacement at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration, is soliciting bids for the replacement of gates and operators at the Wilmington, NC Air Traffic Control Tower (ATCT). The project involves removing existing gates, installing a new 18-foot-wide vertical pivot gate, upgrading motor controllers, and relocating electrical systems, all while adhering to federal, state, and local safety regulations. This initiative is crucial for enhancing security at the ATCT and ensuring the safety and efficiency of air traffic operations. Interested contractors must contact Angela Layman at angela.layman@faa.gov, with work expected to commence within five days of the notice to proceed and complete within the specified timeline, funded by the Infrastructure Investment and Jobs Act.
    Replace Cab Window Washdown System at Wilmington, NC, ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting bids for the replacement of the cab window washdown system at the Air Traffic Control Tower (ATCT) located in Wilmington, North Carolina. The project entails the removal of outdated components and the installation of a new system, including a chemical surfactant tank and updated piping, with work scheduled to occur Monday through Friday during standard hours. This initiative is part of the airport's commitment to enhancing infrastructure while ensuring operational safety and compliance with regulatory standards, including OSHA and the Buy American Act. Interested contractors should contact Angela Layman at angela.layman@faa.gov for further details, with the project funded by the Infrastructure Investment and Jobs Act and expected to be completed by April 2024.
    SIR: Infrastructure Investment and Jobs Act (IIJA) for the ROOF REPLACEMENT PROJECT, McGHEE TYSON AIRPORT ATCT, LOUISVILLE, TN 37777.
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting bids for the Roof Replacement Project at the McGhee Tyson Airport Air Traffic Control Tower in Louisville, Tennessee, under the Infrastructure Investment and Jobs Act (IIJA). The project involves replacing the existing roof with a single-ply PVC membrane system, requiring compliance with federal regulations, including hazardous material assessments and adherence to Davis-Bacon wage determinations. This project is critical for maintaining the operational integrity of the air traffic control facility and is set aside exclusively for small businesses, with an estimated contract value between $300,000 and $400,000. Interested contractors must submit their bids by March 14, 2025, and are encouraged to attend a site visit on February 25, 2025, with registration required by February 24, 2025; for further inquiries, contact Bryon Nolan at bryon.r.nolan@faa.gov.
    PVD ATCT Gate and Component Relocation - "IIJA" (Infrastructure Investment and Jobs Act)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration, is seeking qualified contractors for the PVD ATCT Gate and Component Relocation project in Warwick, Rhode Island, under the Infrastructure Investment and Jobs Act (IIJA). The project involves relocating an existing vehicle security gate, installing a new ingress gate, and enhancing fencing to comply with FAA guidelines, with a contract value estimated between $100,000 and $250,000. This initiative is crucial for maintaining secure and efficient air traffic operations, ensuring that the new installations meet safety standards while minimizing disruption to ongoing FAA activities. Interested contractors must submit their sealed bids by March 13, 2025, and are required to attend a mandatory site visit on February 19, 2025. For further inquiries, contact Samantha Pearce at samantha.a.pearce@faa.gov or call 405-954-7739.
    RECAPITALIZE RUNWAY 1-19 at U.S. COAST GUARD BASE ELIZABETH CITY, NC.
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors to recapitalize Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. The project involves design-build demolition and construction aimed at restoring the runway for operational use, including paving, installing new LED lighting systems, and ensuring compliance with FAA regulations and quality control standards. This initiative is crucial for maintaining operational efficiency and safety at a key military installation, with a project budget estimated between $45 million and $55 million. Interested contractors must submit proposals by March 14, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Michele Williams at michele.b.williams2@uscg.mil.
    PALMDALE ARTCC (ZLA) STAIRWAYS AND LOADING RAMP DEMOLITION AND REPLACEMENT - Bipartisan Infrastructure Law (BIL) JCN: 1303322
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals from small businesses for the demolition and replacement of stairways and a loading ramp at the Palmdale Air Route Traffic Control Center in California. The project, funded under the Bipartisan Infrastructure Law, requires comprehensive design-build services, including safe demolition, disposal of existing structures, and installation of new concrete and metal stairways and ramps across five locations, adhering to local building codes and safety regulations. This initiative is crucial for enhancing infrastructure while ensuring compliance with safety standards and operational continuity for FAA personnel. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Raymond Lena at raymond.a.lena@faa.gov or Micah Willhight at micah.r.willhight@faa.gov, with the estimated project value ranging between $100,000 and $250,000.
    Roof replacement at MFE ATCT (McAllen, TX)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the roof replacement and building envelope refurbishment of the Air Traffic Control Tower (ATCT) located in McAllen, Texas. The project involves extensive civil and mechanical work, including the replacement of PVC roofing systems, vinyl sidings, HVAC units, and lead paint abatement, all in compliance with FAA standards and federal regulations. This initiative is part of the Bipartisan Infrastructure Law, emphasizing the importance of maintaining structural integrity and enhancing operational performance at critical aviation facilities. Interested contractors must submit their proposals by March 7, 2025, and are encouraged to contact Elisha Distler at elisha.distler@faa.gov or 817-222-4196 for further details regarding the solicitation process and site visit requirements.
    *IIJA* ATLANTA AIR ROUTE TRAFFIC CONTROL CENTER Abate Rust, Remove Louvers and Infill on the ATL ARTCC Building Atlanta Air Route Traffic Control Center (ZTL)
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), is soliciting proposals for a construction contract to abate rust, remove nonfunctional louvers, and infill openings at the Atlanta Air Route Traffic Control Center (ZTL) located in Hampton, Georgia. Contractors are required to provide all necessary labor, materials, and equipment to complete the project, which has a budget between $50,000 and $100,000, within 30 days of receiving the Notice to Proceed (NTP). This project is critical for maintaining the structural integrity and operational efficiency of the facility, ensuring compliance with safety standards and minimal disruption to FAA operations. Interested contractors should contact Joel Scott at joel.e.scott@faa.gov or call 405-954-8321 for further details, and must submit sealed offers by the designated deadline following a mandatory site visit scheduled for February 20, 2025.
    FY25 Airfield Striping & Rubber Removal | Dover AFB, DE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the FY25 Airfield Striping and Rubber Removal project at Dover Air Force Base, Delaware. The project entails the removal of rubber buildup from approximately 290,000 square feet of pavement and the repainting of critical markings, with operations scheduled to occur in two phases throughout 2025. This initiative is vital for maintaining airfield safety and operational efficiency, requiring contractors to have specialized equipment and prior airfield experience due to the active nature of the site. Proposals are due by March 7, 2025, with a budget range of $250,000 to $500,000, and interested contractors can contact Russell Burton at russell.burton.7@us.af.mil or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil for further details.
    Family Camp RV Parking Expansion
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the Family Camp RV parking facilities at Shaw Air Force Base in South Carolina. The project entails the construction of 14 additional RV spaces, complete with necessary infrastructure such as an asphalt drive, electrical systems, and water and sewer connections, all while adhering to federal construction standards and environmental regulations. This initiative aims to enhance recreational facilities for military families, reflecting the government's commitment to improving quality of life for service members. Interested contractors should note that bids are due by April 7, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5381.