Skip to main content

An official website of the United States government

You have 2 new alerts

HVAC, Roofing, Fascia & Fencing Refurbishment Project- Memphis RCAG, Memphis, TN 38118

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Jan 28, 2025 06:56 pm EST
  • Original Date Offers Due: Feb 25, 2025 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 31, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2BC - REPAIR OR ALTERATION OF RADAR AND NAVIGATIONAL FACILITIES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Memphis , TN 38118
    USA

Description

The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required for the HVAC, Roofing, Fascia & Fencing Refurbishment Project  located at the Memphis Radio Communications Air to Ground (RCAG) Site, Memphis, TN 38118, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors .                          

PERIOD OF PERFORMANCE:
The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP).  For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 238990– All Other Specialty Trade Contractors and the small business size standard is $19 million.

This requirement will be set-aside and the Government intends to award a single firm fixed priced contract based upon this Request For Proposal (RFP) by way of tiered evaluation method (See Sections L and M of the Solicitation document for further details), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories. 

SITE VISIT:

SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED

Offerors are urged and expected to inspect to gain a thorough understanding of Site Conditions and Scope of Work that are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the Site constitute grounds for a dispute after contract award. Therefore, a Site Visit has been scheduled for 11 February 2025, at 10am Local Time.

To coordinate your attendance for the scheduled Site Visit please forward your list of attendees at least one day prior to the Scheduled Site

Visit to the POC noted below:

Name: Ronald Nelson

Address: ronald.nelson@faa.gov

MEM RCAG- 3986 E. Holmes RD, Memphis, TN 38118

Telephone: 901-482-7667

Information provided at the Site Visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications.  Terms remain unchanged unless the solicitation is amended in writing.

Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.  

Notice:

To be considered for award of this project, the contractor MUST have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award.

When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section).

Proposal due date: 25 February 2025 -   NLT 5:00 PM Eastern Standard Time

Submissions MUST be submitted via electronic email copy ONLY to regina.singleton@faa.gov.

Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals.

Please refer all questions in “writing” only to regina.singleton@faa.gov.

The Offerors may begin submitting questions and comments immediately after release of the SIR up to 13 February 2025- 5:00pm Eastern Standard Time. Responses to questions will not necessarily change the date proposals are to be received.  Offerors must submit all questions and comments via E-Mail to regina.singleton@faa.gov, questions submitted via phone call will not be answered.  The FAA will respond publicly in writing within five (5) business days on the SAM.gov website to all potential Offerors.  Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified. 

This RFP 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 requested proposal documentation.

For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises:  The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts.  Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing.  The maximum line of credit is $750,000.  For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.

Contact Information

Contracting Office Address

  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA

Primary Point of Contact

Secondary Point of Contact





History