ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

SIR RESCINDED: ZID ARTCC Door and Hardware Replacements

DEPARTMENT OF TRANSPORTATION 6973GH-26-R-00012
Response Deadline
Oct 23, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, specifically the Federal Aviation Administration (FAA), has announced a solicitation for the ZID ARTCC Door and Hardware Replacements project. This procurement is aimed at replacing doors and hardware at the Indianapolis facility, which is crucial for maintaining operational integrity and security within air traffic control environments. The opportunity is set aside for small businesses under the SBA guidelines, emphasizing the FAA's commitment to supporting small business participation in federal contracting. Interested parties can reach out to Connie Houpt at connie.m.houpt@faa.gov for further details, although it is important to note that the solicitation has been rescinded as of October 6, 2025.

Classification Codes

NAICS Code
238350
Finish Carpentry Contractors
PSC Code
Y1BA
CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS

Solicitation Documents

10 Files
Attachment 1 SOW Package ZID ARTCC Door and Hardware Replacements 9.19.25.pdf
PDF1494 KBOct 6, 2025
AI Summary
This government Statement of Work outlines the replacement and installation of doors and hardware, including associated accessibility and security features, at seven openings within the Federal Aviation Administration's Indianapolis Air Route Traffic Control Center (ARTCC). Key tasks involve replacing doors at control room entrances, attaching specified hardware, ensuring proper function, and performing modifications at the front entrance (door 2A), such as replacing the interior sliding door motor and re-routing wiring under new concrete. The project requires strict adherence to manufacturer specifications, accessibility standards (ADA), and security regulations. Contractors must provide submittals for approval before proceeding and coordinate closely with FAA personnel, who will provide escorts and oversight. Specific sections detail requirements for hollow metal doors and frames, aluminum-framed entrances and storefronts, and automatic entrances, including performance criteria, materials, fabrication, installation, and warranties. The work emphasizes structural integrity, weather resistance, energy efficiency, and compliance with safety standards like NFPA 80 for fire-rated doors.
Attachment 7 WD IN IN20250002 dated 9-19-25.pdf
PDF1025 KBOct 6, 2025
AI Summary
The provided government file appears to be a highly technical document, likely an RFP or a grant application, characterized by extensive use of symbols, codes, and fragmented text. The content seems to detail technical specifications, possibly related to engineering, construction, or IT infrastructure, given the repetitive patterns and specific alphanumeric sequences. The document is structured with sections that include lists of items or parameters, followed by what appear to be performance metrics or specifications, denoted by numerical values and symbols. The presence of sections marked with "@@@@" and "7777" suggests distinct divisions within the document, possibly indicating different components, requirements, or data sets. The overarching purpose of this file is to convey precise technical information, which, due to its heavily encoded nature, cannot be fully deciphered without a key or further context. However, its format strongly indicates a detailed request or submission requiring highly specific technical responses.
Attachment 3 Payment Bond.pdf
PDF332 KBOct 6, 2025
AI Summary
This document, OMB Control No. 2120-0595, outlines the requirements for a federal payment bond, used to protect individuals supplying labor and materials for government contracts. It details the obligations of the principal and surety(ies), specifying how they are bound to the United States. The form includes sections for identifying the type of organization, state of incorporation, and specific bid information. Instructions clarify procedures for executing the bond, including requirements for corporate and individual sureties, and the necessity of furnishing evidence of authority for signatories. The document also addresses the Paperwork Reduction Act, estimating the public reporting burden and providing contact information for comments. This bond is crucial for ensuring subcontractors and suppliers are paid, aligning with the Act of August 24, 1935 (40 USC 270a-270e).
Attachment 2 Performance Bond.pdf
PDF351 KBOct 6, 2025
AI Summary
The document outlines a standard federal Performance Bond, crucial for government contracts, particularly those subject to the Miller Act (40 U.S.C. 270a-270e). This bond ensures the Principal (contractor) fulfills all contractual obligations, including extensions and modifications, and pays all government-imposed taxes withheld from wages. The bond legally binds the Principal and Surety(ies) to the United States of America for a specified penal sum. Detailed instructions for executing the bond cover proper identification of the Principal and Surety(ies), requirements for corporate and individual sureties, and sealing procedures. Corporate sureties must be on the Department of the Treasury's approved list. The document also includes information on the OMB Control Number and public reporting burden, emphasizing compliance and proper execution for government contracts.
Attachment 6 Contractors Release Form DOT F4220.4.doc
Word53 KBOct 6, 2025
AI Summary
The Department of Transportation Contractor's Release (Form DOT F 4220.4) is a crucial document used in federal contracts, typically within government RFPs and grants. It formally releases the U.S. Government, its officers, agents, and employees from all liabilities, obligations, claims, and demands arising from a specified contract, in consideration of a sum paid or to be paid to the contractor. This release includes explicit exceptions for certain types of claims. These exceptions cover specified claims with stated or estimated amounts, claims for liabilities to third parties unknown at the time of release but reported within the contract's period, and claims for reimbursement of patent-related costs and expenses. The contractor also agrees to comply with all contract provisions regarding patent matters and unreleased claims, including notification to the Contracting Officer and litigation defense. For corporations, specific certification by the company secretary is required instead of witnesses.
Attachment 8 Addendum 1.pdf
PDF101 KBOct 6, 2025
AI Summary
Addendum #1 to SIR 6973GH-26-R-00012 addresses key questions regarding a government solicitation. It provides a door schedule with specific dimensions for various doors, including sliding doors. Additionally, it clarifies the project completion timeline, stating that the 30-day period for turnkey solution completion begins after the Notice to Proceed (NTP) is issued. The NTP will only be released once all necessary materials are available and work is ready to commence, addressing concerns about long lead times for hardware items.
6973GH-26-R-00012 .pdf
PDF376 KBOct 6, 2025
AI Summary
The Federal Aviation Administration (FAA) is soliciting offers for the ZID ARTCC Door Hardware replacement project (AC-25-04841 / 6973GH-26-R-00012), a Small Business Set-Aside initiative funded by the Infrastructure Investment and Jobs Act (IIJA) with an estimated value of $150,000 - $250,000. The project requires the contractor to furnish all necessary equipment, materials, labor, and supervision to replace door hardware at the Indianapolis Air Route Traffic Control Center. Key dates include a site visit on October 8, 2025, questions due by October 16, 2025, and proposals due by October 23, 2025. The selected contractor must begin performance within 10 calendar days of receiving a notice to proceed and complete the work within 30 calendar days. Performance and payment bonds, each at 100% of the contract price, are mandatory and must be submitted within 10 days after award. The solicitation outlines various clauses covering electronic commerce, asbestos notification, personnel supervision, permits, inspections, payments, and compliance with federal regulations including those for small businesses and labor standards. The contractor is responsible for ensuring all submissions adhere to specified formats and for maintaining accurate registration in the System for Award Management (SAM) database.
Attachment 5 WH347.pdf
PDF183 KBOct 6, 2025
AI Summary
The U.S. Department of Labor's Wage and Hour Division provides Form WH-347, a mandatory payroll document for contractors and subcontractors on Federally financed or assisted construction contracts. This form ensures compliance with the Copeland Act and Davis-Bacon Act, requiring weekly submission of payrolls and a 'Statement of Compliance.' The statement verifies that employees received correct wages, prevailing wage rates, and appropriate fringe benefits, either paid directly or to approved plans. It also addresses permissible deductions and registered apprenticeship programs. The form includes sections for contractor details, worker information, hours, pay rates, deductions, and a certification of compliance signed by a responsible party. Falsification of information can lead to severe penalties, reinforcing the document's role in maintaining labor standards on federal projects.
Attachment 4 Offeror Organizational Experience Form.pdf
PDF395 KBOct 6, 2025
AI Summary
The document "OFFEROR EXPERIENCE INFORMATION" (SIR: 6973GH-26-R-00012) is a template for offerors to detail their project experience for government RFPs, federal grants, or state/local RFPs. It requires information for up to three projects, including company details, contract/award numbers, dollar values, and project status (active or completed). Each project entry mandates a comprehensive description of the offeror's role and responsibilities, along with contact information for the client's project owner or manager. The form also specifies that offerors must adhere to minimum project value and recency criteria outlined in Sections L and M of the SIR Document. This attachment serves to collect standardized experience data to evaluate an offeror's qualifications for a specific solicitation.
6973GH-26-R-00012.pdf
PDF376 KBOct 6, 2025
AI Summary
This government solicitation, RFP number 6973GH-26-R-00012, is for the AAQ-710 LOGISTICS CENTER ACQ at the FAA Aeronautical Center in Oklahoma City. The project, valued between $150,000 and $250,000, is a small business set-aside and is funded by the Infrastructure Investment and Jobs Act (IIJA). It involves furnishing equipment, materials, labor, and supervision for ZID ARTCC Door Hardware replacement in Indianapolis, IN, with a performance period of 30 calendar days after the notice to proceed. Key dates include a site visit on October 8, 2025, questions due by October 16, 2025, and proposals due by October 23, 2025. Contractors must provide performance and payment bonds, adhere to specific clauses regarding electronic commerce, asbestos, personnel supervision, and comply with various federal regulations, including those concerning payments, equal opportunity, and safety.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 29, 2025
amendedAmendment #1· Description UpdatedOct 3, 2025
amendedAmendment #2· Description UpdatedOct 6, 2025
amendedLatest Amendment· Description UpdatedOct 7, 2025
deadlineResponse DeadlineOct 23, 2025
expiryArchive DateNov 7, 2025

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS

Point of Contact

Name
Connie Houpt

Place of Performance

Indianapolis, Indiana, UNITED STATES

Official Sources