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 Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 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 systems, with an estimated project cost between $750,000 and $1,000,000. The successful completion of this project is crucial for maintaining the operational efficiency and safety of air traffic control services. Interested contractors must submit their offers by May 14, 2025, and can direct inquiries to Cindi Tjelde at cindi.tjelde@faa.gov or call 206-231-3026.

Point(s) of Contact
Files
Title
Posted
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 PM UTC
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 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.
Apr 23, 2025, 10:07 PM UTC
The document outlines an amendment to a solicitation from the Federal Aviation Administration (FAA) regarding the ZSE OSW AHU Project (RFO 697DCK-25-R-00140). Primary changes include an extension of the offer deadline to May 14, 2025, to allow potential contractors to incorporate answers to received questions into their bids. Additionally, several contract clauses will be updated to reflect newly issued Executive Orders and to enhance inclusivity for small and disadvantaged businesses. The amendment includes critical Q&A responses addressing project specifications about equipment, personnel roles, and subcontractor obligations. Notably, it clarifies that the project is not tax-exempt and specifies labor payment regulations aligned with the Davis Bacon Act. Such updates underscore the FAA's commitment to transparency and compliance, ensuring all prospective contractors are well-informed about the project requirements and statutory obligations. This amendment is essential for facilitating a fair bidding process while promoting small business participation in federal contracts.
Lifecycle
Title
Type
Similar Opportunities
HVAC Replacement Norfolk International Airport
Buyer not available
The Federal Aviation Administration (FAA) is seeking contractors for the HVAC Replacement project at Norfolk International Airport in Virginia Beach, Virginia. This project involves the demolition of outdated HVAC systems and the installation of new equipment, with an estimated construction budget ranging from $1.5 million to $3.5 million. The successful contractor will be responsible for ensuring minimal disruption to airport operations during construction, adhering to strict safety and environmental regulations, and completing the work within 365 days of receiving the Notice to Proceed. Interested bidders must submit their proposals by 3 PM Eastern Time on May 14, 2025, and are encouraged to attend a site visit on April 24, 2025, to familiarize themselves with the project requirements. For further inquiries, potential offerors can contact Sam Culberth at Sam.G.Culberth@faa.gov or Karen Czerwiec at karen.v-ctr.czerwiec@faa.gov.
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.
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.
(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 contractors for the replacement of flow control valves at the Potomac Consolidated TRACON facility in Warrenton, Virginia. This project involves the removal and replacement of 24 valves, associated actuators, and positioners, along with reconnection of control wiring and piping, all while adhering to strict safety protocols and minimizing disruption to air traffic control services. The contract is set aside exclusively for small businesses, with an estimated value between $475,000 and $550,000, and proposals are due by April 28, 2025. Interested contractors should direct inquiries to Bryon Nolan at bryon.r.nolan@faa.gov and are encouraged to attend a mandatory site visit on April 8, 2025.
LIT ATCT, HVAC, Replace Boiler, Controls System
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the replacement of HVAC units, a boiler, and control systems at the Little Rock Air Traffic Control Tower (LIT ATCT) in Arkansas. The project entails the removal and replacement of three 15-ton split HVAC systems and two 5-ton split units, along with their associated controls and a new boiler installation, ensuring that a fully operational cooling system is maintained throughout the construction phase. This upgrade is critical for maintaining operational integrity and compliance with FAA standards, as it enhances the facility's HVAC capabilities and ensures safety and efficiency in air traffic control operations. Interested contractors must submit their proposals by May 28, 2025, following a mandatory site visit on May 7, 2025, with an estimated project budget between $850,000 and $1,500,000. For further inquiries, contact Jason Perry at jason.m.perry@faa.gov.
Ceiling Grid Refurbish at the Houston Air Route Traffic Control Center (ZHU)
Buyer not available
The Federal Aviation Administration (FAA) is soliciting offers for a ceiling grid refurbishment project at the Houston Air Route Traffic Control Center (ARTCC) in Houston, Texas. The project involves the removal and installation of ceiling grids and panels in the Communications Monitoring Office and adjacent Storage Room, addressing aging infrastructure and ensuring compliance with FAA specifications. This refurbishment is crucial for maintaining operational efficacy within federal infrastructure and is set aside for small businesses, with a budget under $100,000. Interested contractors must submit electronic proposals by May 15, 2025, and attend a mandatory site visit on April 30, 2025, with prior registration required for access. For further inquiries, contact Joshua Espinosa at joshua.j.espinosa@faa.gov or 404-305-5799.
HVAC Replacement Alki Quarters A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace the natural gas furnace at Alki Quarters A in Seattle, Washington. The contractor will be responsible for all aspects of the project, including personnel, equipment, and compliance with federal, state, and local regulations, ensuring the installation of a high-efficiency furnace that meets operational standards. This project is crucial for maintaining efficient heating solutions in government facilities, and it emphasizes the importance of safety and regulatory compliance throughout the process. Interested contractors must submit their quotes by May 7, 2025, and are encouraged to schedule a site visit by April 28, 2024, with all inquiries directed to Michelle Myhra at Michelle.M.Myhra2@uscg.mil.
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.
Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide a firm-fixed-price contract for the replacement of a security gate and fence at the Farmington, NY Air Traffic Control Facility. The project involves the installation of a new motorized vehicle gate, a two-way video intercom system, and the relocation of a pedestrian gate, all aimed at enhancing security measures while ensuring minimal disruption to ongoing operations. The estimated cost for this project ranges from $80,000 to $120,000, with a completion timeline of 45 days post-notice to proceed. Interested vendors must submit their proposals, including a completed Request for Quote (RFQ) document and a Work Plan Narrative, by May 2, 2025, to the designated FAA contacts, Chase Bartlett and Josh Huckeby, via email.
*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 16 April 2025
Buyer not available
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.