7/22/2025
Amendment 0001 – Dated July 22, 2025
An amendment to the solicitation has been issued.
The purpose of this amendment is to 1) provide a revised Statement of Work; 2) provide updates of Exhibit 2 revising grading, increasing slope sites, adding a drawing of the parking and turnaround area, and revising the construction and demolition notes; 3) incorporate a Request For Information document; and 4) extend the proposal response date.
A total of four (4) documents have been added:
697DCK-25-R-00304 Amendment 0001
BGQ VORTAC Access Road Rehab - SOW 17JUL25
EXHIBIT 2 - PROPOSED RD Notes Details 17JUL25
RFIs - 697DCK-25-R-00304 BGQ VORTAC Road Repair
The changes in the revised Statement of Work (SOW) are marked with editing/formatting tools.
The proposal due date is hereby changed from July 24, 2025; 3:00pm EDT to July 31, 2025; 3:00pm EDT.
All other terms and conditions remain unchanged.
IMPORTANT NOTE: Please annotate in Section 19 on page 2 of the Solicitation that you have read and acknowledged this amendment.
In addition, when submitting a bid/proposal, please ensure to provide ALL required information in accordance with Clause SA18 – Proposal Content on page(s) 54-55 of the Solicitation.
********
The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-25-R-00304, BGQ VORTAC Road Repair, Big Lake (Wasilla), AK, as detailed in the Statement of Work (SOW) attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy as supplemented with additional information included in this notice.
The selected Contractor will grade and compact existing roadway for installation of geotechnical materials and addition of graded material for new construction, install proposed roadway section(s), clear and dispose of vegetation, growth, and obstructions along either side and within 20-feet of the traveled roadway edges. The selected Contractor will also remove existing culvert, and any other adjacent culverts, and replace with 18” HDPE culvert and 2.5-inch x 6-foot post culvert marker posts.
The FAA contemplates the award of a Firm Fixed Price Contract as a result of this solicitation.
This requirement is set aside and offered to all small business concerns.
The NAICS code for this acquisition is 237310 – Highway, Street, and Bridge Construction, Standard Size - $45 Million.
The estimated cost magnitude for this project is between $500,000 and $1,000,000.
Projected Period of Performance for this project is approximately 90 calendar days.
All interested sources should first attempt to download the attached SIR document(s). If downloading is not possible, all requests for copies of the SIR document(s) must be made in writing to the attention of Marc Lemay, Contracting Officer (AAQ-570), via e-mail at Marc.Lemay@faa.gov and Suzanne.T-CTR.Huggins@faa.gov
NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail to be received.
There is an optional site visit on July 10, 2025, at 10:00am. This is the only site visit that will be scheduled for the anticipated project; and no individual site visits will be permitted.
Meeting point: 61° 34' 10.0" N 149° 58' 01.8" W, Big Lake (Wasilla), AK, 99654
The site is located off South Horseshoe Lake Rd, via private road W. Camp Drive, near Camp Maranatha.
To attend the site visit, advanced notice via Marc.Lemay@faa.gov and Suzanne.T-CTR.Huggins@faa.gov is required. Note: The site visit will be canceled without notice, if no notices of attendance are received by July 7, 2025, at 3:00pm ET.
All Questions/Requests for Information (RFI) must be emailed to Marc.Lemay@faa.gov no later than July 15, 2025; 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
No questions concerning the project will be answered during the site visit unless the Contracting Officer or the Contracting Officer's Representative is present at the site visit: however, no changes are made to the SIR unless a written amendment is issued. The FAA assumes no responsibility for any conclusions or interpretations made by the contractor based on the information received by any means other than in writing from the Contracting Officer. The FAA does not assume responsibility for any understanding reached or representation made concerning conditions, which can affect the work, by any of its officers or agents before the execution of this contract, unless that understanding, or representation is expressly stated in the contract.
Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. Proposals must be received by email no later than July 24, 2025; 3:00 PM EDT to marc.lemay@faa.gov and suzanne.t-ctr.huggins@faa.gov
When responding to this Screening Information Request/Request for Proposal (SIR/RFP), each offeror is required to submit a technical proposal AND a cost proposal in accordance with Clause SA18 – Proposal Content outlined in Section L, page(s) 54-55 of the Screening Information Request (SIR).
In accordance with SIR Section L provision 3.2.2.3-14 entitled, "Late Submissions, Modifications, and Withdrawals of Submittals," any proposals received after the due time and date of 3:00p.m. EDT, July 24, 2025, will not be considered. In addition, if all requested information is not furnished in the offeror's proposal, the offeror's proposal may be determined to be non-responsive and ineligible for consideration for contract award.
To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov).
This SIR/RFQ 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. No individual notification of any amendments will be provided. It is the Offeror’s responsibility to visit this website frequently for updates on this procurement. Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law.