TSS Ductless System at EWR ATCT - Amendment 02
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.
Quick Summary
The Federal Aviation Administration (FAA) is soliciting proposals for the TSS Ductless System Replacement at the Newark Airport Traffic Control Tower (EWR ATCT) in Newark, NJ. This is a Total Small Business Set-Aside for a Firm Fixed Price, one job lump sum contract. The project involves the installation and integration of a new ductless split HVAC system. Proposals are due April 15, 2026, by 3:00 PM local time.
Scope of Work
The contractor will provide all labor, materials, equipment, and supervision to install a new ductless split system in Room 141A (TSS) of the EWR ATCT. Key requirements include:
- Mechanical: Installation of three (3) indoor wall-mounted units and one (1) 6-ton heat pump, including refrigerant and drain piping, core penetrations with waterproofing, insulation, testing, and charging.
- Electrical: Installation of a dedicated 208V, 3-phase power circuit, NEMA 4X disconnect, power/control conduit and wiring, and concrete/roof penetrations with patching and flashing by a Carlisle-authorized roofing applicator.
- Controls: Integration of the mini-split system into the existing FAA Schneider Electric EcoStruxure DDC system via BACnet, including an IP-IO module at VAV-17, submission of control documentation, programming unit set points, and updating AHU-3 supply air set points.
- Structural & Interior: Concrete core penetration, support framing for units and steel plates, and wall restoration/painting.
Contract Details
- Contract Type: Firm Fixed Price, one job lump sum.
- Period of Performance: 90 calendar days after Notice to Proceed (updated by Amendment 01).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19.0M size standard.
- Warranty: One (1) year on building systems, finishes, and equipment, with manufacturer's standard for mechanical equipment.
Submission & Evaluation
- Proposal Due Date: April 15, 2026, 3:00 PM local time.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA), considering Business Proposal, Past Performance (requiring technical POCs), Key Personnel and Team Composition (J-6 form required), and Construction Schedule.
- Required Submissions: Offerors must complete the J-6 Key Personnel Form and address past performance using the J-5 Past Performance Questionnaire.
- Eligibility: Offerors must be registered in SAM.gov.
Additional Notes
An optional but recommended site visit is scheduled for March 17, 2026, at 3:00 PM EST. Interested parties must notify the Contracting Officer, Elisha Distler (elisha.distler@faa.gov), by March 11, 2026, at 5:00 PM CST, limiting attendees to three individuals per firm. The project manager and project superintendent cannot be the same individual. Wage Determination J-4 applies to this project.