ZMP Multiple Power Panels Replacement
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 ZMP Multiple Power Panels Replacement project at the Minneapolis Air Route Traffic Control Center (ARTCC) in Farmington, MN. This is a Total Small Business Set-Aside for a firm-fixed-price, one-job lump sum contract to replace various power panelboards. Proposals are due January 29, 2026, at 5:00 PM Eastern time.
Scope of Work
This project requires furnishing all labor, equipment, transportation, services, and materials to remove and demolish existing power panelboards and install new ones. Specific tasks include the replacement of LP-CH, LPG, PP-MOV, Hazmat BLDG, RCL, and GLA panelboards, installation of new 50A twist lock outlets, and demolition of the existing RCL panelboard and transformer. Work must comply with FAA specifications, drawings, and wage determinations, including FAA-C-1217H Chg 2 and FAA-STD-019G for grounding, bonding, and surge protection. The project involves phased construction, strict adherence to ARTCC security requirements, and coordination with the Contracting Officer's Technical Representative (COR) for all operations, including utility interruptions and coordinated shutdowns between 9:00 p.m. and 5:00 a.m.
Contract Details
- Type: Solicitation (Request for Offer - RFO)
- Contract Vehicle: Firm-Fixed-Price, One-Job Lump Sum
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238210, Size Standard $19.0 million
- Estimated Price Range: Below $100,000
- Bonds: Performance and Payment Bonds are required.
Submission & Evaluation
Electronic proposals must be submitted to joshua.j.espinosa@faa.gov. Submissions must include a price proposal, a Schedule of Values (SOV) detailing labor, material, G&A Overhead & Profit, and any other required documentation as specified in the RFO. Offerors are cautioned to read the RFO carefully and ensure all proposals conform to the requirements of Section L and M.
Key Dates & Site Visits
- Initial Solicitation Posted: December 10, 2025
- Proposal Due: January 29, 2026, at 5:00 PM Eastern time.
- Second Site Visit: January 20, 2026, at 10:00 AM local time.
- Initial Site Visit: December 17, 2025, at 10:00 AM local time (past).
- Site Visit Requirements: All attendees must have a valid photo ID and submit a list of attendees (name and company) to joshua.j.espinosa@faa.gov at least 24 hours in advance.
- RFI Deadline: No less than 5 calendar days after the conclusion of the site visit.
Additional Notes
All contractors must be registered in the System for Award Management (SAM) to be eligible for award. Amendments to the solicitation will be posted on the website; contractors should check periodically. The Department of Labor Wage Determination MN20260053 (dated Jan 2, 2026) is incorporated.