AHU Replacement Project at FAA's Seattle Air Route Traffic Control Center (ARTCC) located in Auburn, WA
ID: 697DCK-25-R-00140Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION690ED9 NORTHWEST/MOUNTAIN REGRENTON, WA, 98055, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES (Z2BC)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 12:00 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 25, 2025, 10:06 PM UTC
The document pertains to the "AHU Replacement" project at the Air Route Traffic Control Center in Auburn, WA, under the Federal Aviation Administration. It serves as a detailed drawing index for construction plans related to the replacement of air handling units (AHUs) and associated electrical systems. The document includes a comprehensive list of drawing numbers with corresponding descriptions for different project components, such as HVAC floor plans, demolition plans, and mechanical schedules. General notes emphasize compliance with safety regulations, the prohibition of asbestos materials, and the need for contractor verification of equipment specifications. Details about air flow capacity and electrical requirements are provided for each air handling unit, contributing to the overall operational efficiency and safety of the facility. This project reflects efforts to maintain and improve the infrastructure necessary for national air traffic control operations, supporting the FAA's obligations toward effective service delivery.
Mar 25, 2025, 10:06 PM UTC
The FAA is initiating a project to replace the Air Handling Units (AHU) in the Operations Support Wing at the Seattle Air Route Traffic Control Center (ARTCC) in Auburn, WA, scheduled for October 2024. The project includes detailed specifications divided into several divisions covering general requirements, HVAC systems, electrical installations, and specialized project procedures for operations within controlled ARTCC facilities. The work includes the phased replacement of various AHUs across four floors, requiring careful management to minimize disruption as the facility remains operational. Submittal procedures ensure that all contractor actions align with regulations, and quality control measures mandate testing and inspection at each construction phase. Specific protocols for security, safety, and coordination with ongoing operations will be followed, including identification requirements and operational risk briefings for workers. This project is essential for maintaining air traffic control capabilities while ensuring compliance with federal regulations and considerations for the safety of both personnel and the continuity of airspace operations. The systematic approach outlined in the document aims to address operational, safety, and logistical challenges associated with the AHU replacement.
Mar 25, 2025, 10:06 PM UTC
Mar 25, 2025, 10:06 PM UTC
The FAA-C-1217H Chg 2 document outlines the minimum installation requirements for electrical wiring within FAA facilities, aligning with national safety regulations and enhancing operational efficiency. It supersedes the previous revision dated January 5, 2021, and emphasizes adherence to the National Electric Code while introducing specific FAA enhancements, notably for critical aviation operations. Key sections include guidelines for general requirements such as grounding, safe work practices, and quality assurance, supported by detailed specifications covering wiring methods, raceway systems, and electrical devices. The document emphasizes the importance of safely-installed electrical infrastructure in preventing hazards that could lead to aircraft accidents, incorporating thorough testing and compliance protocols. Facility-specific requirements for critical centers also dictate more stringent adherence to safety standards. The structured approach ensures a comprehensive framework for electrical work in FAA contexts, providing clarity and security in installation while promoting service reliability across all FAA premises. The document serves as a vital resource for contractors and FAA personnel, ensuring safety, efficiency, and regulatory compliance within the aviation infrastructure.
Mar 25, 2025, 10:06 PM UTC
The document is a compilation of government-related files concerning Requests for Proposals (RFPs), federal grants, and state and local solicitations. It outlines various procurement processes that government entities must follow to secure funding and services efficiently and transparently. The document includes specific guidelines for applying for grants and responding to RFPs, detailing eligibility criteria, evaluation methods, and compliance requirements. Key points cover the importance of alignment with federal regulations, the necessity for detailed project proposals, and the emphasis on clearly defined goals and objectives within applications. It highlights the competitive nature of the process and the implications of meeting strict timelines and quality standards. This summary serves as a guide for potential applicants, detailing what is required to successfully navigate the government funding landscape while adhering to the stipulated requirements for transparency and accountability. The document aims to streamline the application process and ensure that all stakeholders are aware of available opportunities for collaboration with government entities.
Mar 25, 2025, 10:06 PM UTC
The document outlines a structured list of attachments accompanying a federal Request for Proposals (RFP) related to specific specifications and reference documents. It includes a main specifications attachment dated October 1, 2024, consisting of 295 pages, along with supplementary drawings listed as attachment 1(a), dated October 17, 2024, which contains 22 pages. Additional reference documents include DB WD No. WA20250108 from March 14, 2025, totaling 10 pages, and two Federal Aviation Administration (FAA) documents—FAA-C-1217H Chg 2 (42 pages) dated September 15, 2023, and FAA-STD-019G (129 pages) dated January 16, 2024. This structured approach is crucial in ensuring clarity and furnishing proposers with necessary information for compliance with grant specifications and federal and state requirements, thereby facilitating informed responses to the RFP. Overall, it emphasizes the importance of well-defined documentation in the procurement process, ensuring all stakeholders have access to essential reference materials for project execution.
Mar 25, 2025, 10:06 PM UTC
The U.S. Department of Transportation, through the Federal Aviation Administration (FAA), issued a Request for Offers (RFO) for the Seattle ARTCC OSW AHU Replacement Project located in Auburn, WA, under Solicitation No. 697DCK-25-R-00140. The project involves replacing air handling units at a federal air traffic control center, with estimated costs between $750,000 and $1 million. The deadline for proposal submission is April 23, 2025, and interested parties must adhere to specific insurance and bonding requirements. The project is exclusively set aside for small businesses, aligned with the NAICS Code 238220 related to plumbing, heating, and air-conditioning contractors. A site visit is scheduled for April 2, 2025, which is strongly encouraged for bidders to assess existing conditions. All queries regarding the solicitation must be submitted via email to the contracting officer by April 14, 2025. The contract includes detailed clauses on the expected performance timeline, bonding, inspections, and compliance, along with relevant federal regulations guiding the project's execution. The FAA mandates specific safety, labor standards, and environmental considerations throughout the project's lifecycle. This RFO exemplifies the federal government's initiative to engage small businesses in critical infrastructure projects while ensuring regulatory adherence and community safety.
Lifecycle
Title
Type
Similar Opportunities
QPK HVAC Replacement
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to undertake the QPK HVAC Replacement project located in Aurora, Colorado. The project involves the removal and disposal of existing HVAC units and the installation of new systems, including two 15-ton packaged HVAC units and a mini-split system, in accordance with FAA specifications and safety standards. This procurement is critical for maintaining operational efficiency at FAA facilities, ensuring reliable heating, ventilation, and air conditioning systems are in place. The estimated contract value ranges from $250,000 to $500,000, with proposals due by May 8, 2025, at 3:00 PM EDT. Interested contractors should contact Marc LeMay or Suzanne Huggins for further details and to obtain the necessary solicitation documents.
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.
(IIJA) SIR The Federal Aviation Administration (FAA) has a requirement for Replacement of Flow Control Valves at the FAA Potomac Consolidated TRACON in Warrenton, VA 20187.
Buyer not available
The Federal Aviation Administration (FAA) is seeking qualified small businesses to replace flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. The project involves the replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, while adhering to safety protocols and minimizing disruption to air traffic control services. This initiative is part of the FAA's commitment to maintaining operational integrity and enhancing the efficiency of its air traffic control infrastructure. Proposals are due by April 22, 2025, with a site visit scheduled for April 8, 2025, and all inquiries should be directed to Bryon Nolan at Bryon.R.Nolan@faa.gov.
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.
Salt Lake City ARTCC (ZLC) Control Wing North Exterior Stair Replacement at Salt Lake Air Route Traffic Center - Amended 2 April 25
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design-build project of replacing the exterior stair system at the Salt Lake Air Route Traffic Center in Salt Lake City, Utah. The project involves the demolition of the existing stair system and the installation of a new prefabricated commercial stair system, adhering to the International Building Codes and various safety standards. This total small business set-aside opportunity, categorized under NAICS Code 236210 for Industrial Building Construction, has an estimated project magnitude between $50,000 and $100,000, with proposals due by April 4, 2025. Interested contractors must be registered in SAM and are encouraged to attend a pre-construction site visit on March 11, 2025, with all inquiries directed to the primary contact, Raymond Lena, at raymond.a.lena@faa.gov.
BTV MODERNIZE AIR CONDITIONING AND AIR HANDLING EQUIPMENT FAA AIRPORT TRAFFIC CONTROL TOWER BURLINGTON, VT
Buyer not available
The Federal Aviation Administration (FAA) is seeking to prequalify contractors for the modernization of air conditioning and air handling equipment at the Airport Traffic Control Tower in Burlington, Vermont. The project involves the replacement and upgrade of the HVAC system, including the removal of existing units, installation of new systems, and provision of temporary climate control during the upgrade process. This initiative is crucial for maintaining efficient operational facilities and aligns with the FAA's commitment to modernizing infrastructure. Interested contractors must submit their qualifications, including financial documentation and project references, by the specified deadline, with the contract value estimated at $18.5 million. For further inquiries, contact Rodgers Cox at rodgers.l.cox@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.
*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
Buyer not available
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.
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.
(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.