SAV TOWB Parking Lot Refurbishment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
October 10/15/2025
Posted Questions and Answers as of 10/15/2025.
Note: The Notice ID is incorrect and should be 6973GH-26-R-00010. I am not able to change it.
_________________________________________________________________________
Solictation Posted 10/07/2025
The Federal Aviation Administration (FAA) has a requirement for the refurbishment of the parking lot for the TOWB at Savannah Hilton Head International Airport, in Savannah, GA.
It is anticipated that a stand-alone contract with a Firm Fixed-Price pricing arrangement will be awarded as a result of this solicitation. The NAICS code applicable to this requirement is 238990. The business size standard for this NAICS is $19M.
Contractors must be registered with the System for Award Management (SAM) at www.sam.gov on the established date 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 successful registered Offeror." The FAA reserves the right to review and verify the program eligibility of each offeror. 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.
All questions regarding the project/specifications/plans must be received in writing (Samantha.A.Pearce@faa.gov) no later than 3:00 p.m. CT, one (1) week before the closing date, to allow for responses to be provided before the due date for receipt of proposals.
Per AMS Clause 3.2.2.3-63 SITE VISIT (CONSTRUCTION) (JUL 2004), a site visit is scheduled for 14 October 2025, at 1000 Local Time. Meet at Guest Check-In, Savannah Hilton Head International Airport, 100 Melaver Dr., Savannah, GA 31408. (GPS Coordinates: 32.137576, -81.207760). POC for the site visit is Johnathan Timms at (912)964-3161. Provide the names of attendees to the Contracting Officer at least four (4) days prior to the Site Visit. Attendance is strongly encouraged but not mandatory.
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.
Note: The FAR references cited in SAM.gov do not apply to the Federal Aviation Administration (FAA), as the FAA has its own policies and guidance, which are referenced in the Acquisition Management System (AMS). You can learn more about the FAA’s acquisition process at the following link:
https://fast.faa.gov/PPG_Procurement.cfm.