Similar Projects
Terminal Taxiway Rehabilitation - Columbia Metropolitan Airport
Build-out
Conception
$400,000 CJ est. value
West Columbia, SC 29170

Glideslope Replacement - City of Rock Hill
Renovation
Conception
$530,200 CJ est. value
Rock Hill, SC 29732

Hilton Head Island Airport (HXD) Terminal Improvements
Addition, Demolition, Renovation, Infrastructure - 44,989 SF
Design
$66,748,789 CJ est. value
Hilton Head Island, SC 29926

MYR T-Hangar and Site Improvements Project
Infrastructure
Bidding
$350,000 CJ est. value
Myrtle Beach, SC 29577

RFP CMAR (2) - Lockheed Martin Greenville Operations Center
New Construction, Infrastructure, Renovation
Bidding
$50,000,000 CJ est. value
Greenville, SC 29605

Charleston International Airport - Airport Surveillance Radar Relocation
Renovation
Post-Bid
$500,000 CJ est. value
North Charleston, SC 29418

Charleston International Airport - Airport Surveillance Radar Relocation
Renovation
Post-Bid
$500,000 CJ est. value
North Charleston, SC 29418

Lancaster County Airport Terminal Building and Lighting Vault - Bid Schedules A, B, & E
New Construction, Infrastructure
Results
$4,737,926 CJ est. value
Lancaster, SC 29720

Airport Terminal Building - Part 2
New Construction
Results
Lancaster, SC 29720

Columbia Metropolitan Airport Terminal Improvements
Renovation
Pending Verification
$3,700,000 CJ est. value
West Columbia, SC 29170

Terminal Improvements Baggage Claim - Columbia Metropolitan Airport
Build-out
Pending Verification
$800,000 CJ est. value
West Columbia, SC 29170

Localizer Replacement - City of Rock Hill
Renovation
Conception
$618,000 CJ est. value
Rock Hill, SC 29732

Construction Manager At Risk (CMAR) Services with Guaranteed Maximum Price (GMP) for Terminal Expansion
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$40,000,000 CJ est. value
Myrtle Beach, SC 29577

P-492 Instrument Landing System
Renovation
Results
$5,000,000 est. value
Beaufort, SC 29907

Master Plan - Columbia Metropolitan Airport
Build-out
Pending Verification
$400,000 CJ est. value
West Columbia, SC 29170

Last Updated 10/09/2023 11:07 AM
Project Title

RFQ Contractor - Roof Replace of the Tracon Building

Physical Address View project details and contacts
City, State (County) Florence, SC 29506   (Florence County)
Category(s) Transportation
Sub-Category(s) Airline/Passenger Terminal
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected October 2024
Bids Due View project details and contacts
Estimated Value $210,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

**BIL-FUNDED** MARKET SURVEY TO REPLACE THE ROOF ON THE FAA TERMINAL RADAR APPROACH CONTROL FACILITY (TRACON) AT THE FLORENCE REGIONAL AIRPORT (FLO) IN FLORENCE, SC. NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. CONTACT INFORMATION BELOW. The FAA is seeking qualified sources to provide statements of interest in response to this announcement for the purpose of market research and determination of acquisition strategy. 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 to complete and submit this report 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 in the attachments of this announcement. This FAA currently estimates this project should cost between $150K - $210K; however, please note the Statement of Work (SOW) attached to this announcement is considered to be in DRAFT format at this time and subject to change as a result of ongoing market research efforts. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response. The FAA's current intended procurement strategy is to a Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation, can affirmatively be determined responsible via verification of active registration in System for Management (SAM.gov) and possesses no exclusions therein, possess no adverse recent and/or relevant past , and present low or no apparent overall risk to the FAA if awarded a contract. Responses resulting from this announcement are intended to be used to determine if this requirement can be - for part, or all, for small businesses or for small economically disadvantaged small business. Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) and participants in SBA's 8(a) program are particularly encouraged to provide statements of interest in this project for - considerations. In addition to small business type, a local area - (vendors whose businesses are based within the local Dayton Beach, FL area) may also be considered if adequate interest is received by the FAA from local vendors as a result of this announcement. Interested vendors are requested to include the information provided below in their response to this announcement to assist the FAA in finalizing our acquisition strategy for the forthcoming solicitation. 1. Statement of Capability and interest: a. A statement of interest that your company would likely on this project if a solicitation was released; please identify any missing information or clarification needed for best possible pricing purposes b. Provision of as listed in the draft Statement of Work that have been provided by your firm for similar efforts c. Previous contracts and awards for similar equipment / (elaborate: quantities, dollar amounts and provide detailed information and past ) d. Number of years in business e. Please clearly state if your company can perform all requirements listed in the SOW. 2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) a. Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 3. Rough Order of (a ballpark for the FAA's budgetary planning purposes) for the described in the requirement. All responses to this market survey must be received by 4:00 p.m. Central Time (Oklahoma Time) on October 13, 2023. The FAA requires that all submittals, including attachments, be submitted electronically to the following: : stephen.n.branch@faa.gov Please include "MARKET SURVEY RESPONSE: FLO Roof Replacement" in the subject line of your . Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. The FAA reserves the right to cancel this announcement at any time, for any reason, and without notice. The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA's acquisition process at the following link: https://fast.faa.gov/PPG_Procurement.cfm [Yesterday 17:00] Keerthikadevi Sittaramane The Method of Contractor Selection has not been determined at this Time. Estimated range is $150k to $210k. *The for this project is based on a financial range. The is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents