Posted: March 7, 2025, 2:11 a.m. EST
Amendment 0003 posted on 07 March 2025
See formal SF30 Amendment titled "6973GH-25-R-00041 Amendment 0003" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states:
The purpose of Amendment 0003 is to do the following:
1) Extend the Solicitation Close date from 07 March 2025 at 1700 CT to 14 March 2025 at 1700 CT
2) All other terms and conditions remain unchanged and in full force and effect.
All offerors are required to acknowledge Amendment 0001 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive.
Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS).
***************************************************************************************************************************************************
Amendment 0002 posted on 28 February 2025
See formal SF30 Amendment titled "6973GH-25-R-00041 Amendment 0002" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states:
The purpose of Amendment 0002 is to do the following:
1) Extend the Solicitation Close date from 28 February 2025 at 1700 CT to 07 March 2025
2) All other terms and conditions remain unchanged and in full force and effect.
All offerors are required to acknowledge Amendment 0001 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive.
Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS).
***************************************************************************************************************************************************
Amendment 0001 posted on 20 February 2025
See formal SF30 Amendment titled "6973GH-25-R-00041 Amendment 0001" in the attachments/links section. This amendment makes changes to the solicitation as detailed on page 1 of the amendment which states:
The purpose of Amendment 0001 is to do the following:
1) Incorporate Presidential Executive Order in Section H
2) Removal of AMS Clauses that are no longer applicable.
3) Extend the Solicitation Close date from 20 February 2025 to 28 February 2025 at 1700 CT.
4) The buyer is changed from Joel Scott to Samantha Pearce
5) Remove Uniform Bipartisan Infrastructure Law Report attachment.
6) All other terms and conditions remain unchanged and in full force and effect.
All offerors are required to acknowledge Amendment 0001 on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive.
Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS).
***************************************************************************************************************************************************
Original Posting
The Federal Aviation Administration (FAA) has a requirement for a Remove old carpet tiles from the raised floor of the control room and replace with new Electrostatic Dissipative Tiles
It is anticipated that a stand-alone contract with Firm Fixed-Price pricing arrangement will be awarded because of this solicitation. The NAICS code applicable to this requirement is 238330. The business size standard for this NAICS is $19m.
Contractors must be registered with the System for Award Management (SAM,) www.sam.gov on the date established for receipt of offers. Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." The FAA reserves the right to review and verify each offerors program eligibility. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals.
This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible for associated reporting requirements on a quarterly basis and prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled Uniform Bipartisan Infrastructure Law (BIL) Data Report are available in the attachments of this announcement.
All questions regarding the project/specifications/plans must be received in writing (Joel.E.Scott@faa.gov) no later than 3:00 p.m. CDT, 1 week prior to the closing date to allow for responses to be provided prior to due date for receipt of proposals.
Per 3.2.2.3-63 SITE VISIT (CONSTRUCTION)(JUL 2004), a site visit is scheduled for 02 February 2005 at 0900 EST at 3699 Macintosh Dr, Warrenton, VA 20187. Provide the name of attendees to the Contracting Officer two (2) days prior to Site Visit. Attendees are required to check in prior to arriving at security gate.
Any responses received after the time specified may not be considered in accordance with AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible.
Posted: Feb. 28, 2025, 6:01 p.m. EST
Posted: Feb. 21, 2025, 12:11 a.m. EST
Posted: Feb. 19, 2025, 1:58 p.m. EST
Posted: Feb. 5, 2025, 10:13 a.m. EST
Posted: Feb. 3, 2025, 10:20 a.m. EST
Posted: Feb. 2, 2025, 9:11 p.m. EST
Background
The Federal Aviation Administration (FAA) has a requirement to remove old carpet tiles from the raised floor of the control room and replace them with new Electrostatic Dissipative Tiles. This project is intended to be funded by the Bipartisan Infrastructure Law (BIL), which will subject it to associated FAA reporting requirements.
The FAA's mission involves ensuring safe and efficient air travel, and this contract aims to enhance operational safety through improved flooring materials.
Work Details
The scope of work includes:
1. Remove existing carpet tiles on raised access floor in the control room.
2. Prep existing floor panels by removing any mastic, dirt, etc., from existing tiles.
3. Apply conductive releasable adhesive per the manufacturer’s recommendations.
4. Install grounding strips as per FAA-STD-19f section 5.8.10.4, with four grounding strips installed every 1,000 square feet of installed carpet tiles, recording locations on as-built drawings.
5. Apply carpet tile over releasable adhesive, cutting in around existing consoles that will remain in place. The carpet must be first quality American-made with all yarn of domestic origin, specifically the FAA Discovery Series StaticSmart ESD Carpet Tile from Julie Industries, Inc.
Period of Performance
The contractor must begin performance within 5 calendar days and complete it within 30 calendar days after receiving notice to proceed.
Place of Performance
The work will be performed at the FAA facility located at 3699 Macintosh Dr, Warrenton, VA 20187.