Skip to main content

An official website of the United States government

You have 2 new alerts

Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 24, 2024 02:57 pm CDT
  • Original Response Date: Aug 16, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Oklahoma City , OK 73169
    USA

Description

********************************MARKET SURVEY********************************
- This is not a Screening Information Request or Request for Proposals of any kind;
- The FAA is not seeking or accepting unsolicited proposals;
- The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and
- Any costs associated with the market survey submittal are solely at the interested vendor’s expense.
*************************************************************************************
This is a market survey for a construction project titled: Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.

Work to be accomplished for the Hanger 9 Renovation includes but not limited to the following:

  1. Existing restrooms renovation requirements. 
    1. Upgrade plumbing fixtures and restroom accessories to meet all applicable building and civil codes and other federal, state, city, and local ordinances and regulations.
    2. Reconfigure and modify the water and sanitary systems at all restrooms being renovated and as indicated in the contract documents.
    3. Upgrade finishes to meet current FAA finish standards.
    4. Replace drinking fountains with filtered bottle filler fountains.
  2. Lighting and finishes upgrade requirements.
    1. Remove existing exit signs and provide and install new LED exit signs.
    2. Remove existing interior non-LED light fixtures and provide and install new interior LED fixtures.
    3. Provide and install a new lighting control system.
    4. Replace existing ceiling tile and grid in locations with lighting replacement work and in all stairwells.
    5. Replace existing carpet tile and wall base in locations with lighting work, wall configuration changes, or where existing is worn or damaged.
    6. Patch, repair, and paint existing walls in locations where carpet tile is replaced and in all stairwells.
  3. Life safety and accessibility construction requirements.
    1. Seal penetrations within the fire barriers separating the hangar high bays from the hangar administration spaces with fire rated sealant or fire stops.
    2. Remove and seal abandoned air transfer openings in stairways.
    3. Infill resulting openings to maintain wall fire rating
    4. Adjust doors on path of egress to meet accessible push/pull clearances where indicated in the contract documents, including changing door swing directions, and enlarging door widths.
    5. Replace stair treads at existing stairs where indicated in the contract documents to reduce potential trip hazards.
    6. Construct accessible egress ramps at 1st floor exit doors currently lacking accessible means of egress. See contract drawings for locations.
    7. Provide and install “NO EXIT” door signs on unmarked doors that could be confused for exit doors.
    8. Provide and install emergency exit signage at exterior doors where indicated on the contract drawings.
    9. Provide and install additional fire extinguisher and eyewash station signage on existing columns below the netting in the hangar High Bays.
    10. Enclose existing ducts that pass-through stairwells in fire rated chases.
    11. Modify existing sprinkler system components in areas of renovation to provide complete coverage. Provide and install new sprinkler system components where required. Do not reuse existing sprinklers that were previously removed.
    12. Replace all fire alarm notification and initiating devices within Hangar 09 with new devices compatible with the existing fire alarm panel.
  4. Mechanical and Plumbing construction requirements.
    1. Remove all existing pneumatic combination smoke/fire dampers and their associated control actuators and replace with electronic smoke/fire dampers and electric actuators.
    2. Remove existing pneumatic control compressor.
    3. Adjust existing diffuser layout to accommodate new lighting layout.
    4. Provide and install new return air pathways in areas where existing lights and troffers are replaced with LED lights.
    5. Replace drinking fountains with filtered bottle filler fountains.
    6. Reconfigure and modify the water and sanitary systems at all restrooms being remodeled as part of the architectural scope.
  5. Miscellaneous construction requirements.
    1. Repaint all hangar high bay walls, removing and reinstalling bird netting as required. Paint as scheduled in the contract drawings.
    2. Repaint and restripe the Hangar 8 High Bay floors to match existing.
    3. Remove existing RF shielding walls, floors, and ceilings at Hangar 09 3rd floor east and replace with stud and drywall construction, new ceilings, and flooring.
    4. Renovate break room at Hangar 9 3rd floor east located in RF shielded room.

Market Survey Response should include the following:

1. Capability Statement - This document should identify:
- Type of services provided by firm,
- Size and type of services provided on previous government/private sector contracts 
- Number of years in business
- Small Business Size Status to include applicable socio-economic information such as 8(a), WOSB, SDVSB, etc.

2. Detailed information (Agency or Customer/Dollar Amount/Scope/etc.) regarding past projects respondent has completed with similar work to work identified in this Market Survey.

Respondents must be active in the System for Award Management (SAM) (www.sam.gov).

All responses to this market survey must be received by Thursday, August 16th, 2024, 4:00 p.m. CT. All submittals must be submitted by email to: andre.casiano@faa.gov.

The responses to this market survey will be used for informational and procurement planning purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time.

The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense.

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 31, 2024 10:55 pm CDTSources Sought (Original)