ZMP Multiple Projects
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), Enroute Construction Branch, is soliciting proposals for multiple construction projects at the Minneapolis Air Route Traffic Control Center (ZMP) in Farmington, MN. This full and open opportunity involves critical infrastructure upgrades, including boiler stack, chilled water valve, humidifier, and gas unit heater replacements. The estimated price range is $400,000 - $500,000. Proposals are due February 17, 2026, at 5:00 PM Eastern Time.
Scope of Work
This solicitation covers four distinct construction efforts:
- Replace Corroded Heating Boilers Exhaust Stack: Involves replacing two 30-inch OD refractory-lined boiler stacks with new 20-inch ID double-walled stainless steel vent stacks, including breechings, inspection doors, supports, rain hoods, and fire stops. Work must comply with OSHA confined space requirements.
- Replace Chilled Water Valves: Replacement of two Chilled Water Flow Control Valves (FCV) and one Condenser Water FCV for Chillers 100 and 200, plus the Flow Control Bypass Valve for the cooling tower. This includes lockout/tagout (LOTO) procedures, removal, installation, testing, and potential hydronic piping modifications.
- Replace Humidifiers AHU-12 and AHU-13: Replacement of steam humidifiers for Air Handling Units 12 and 13, including electrical and piping disconnections/reconnections, installation of new units, and associated piping.
- Replace 10 Gas Unit Heaters: Demolition of existing and installation of 10 new gas unit heaters in the Power Service Building, along with replacement thermostats, new fused disconnect switches, gas dirt leg piping, and reconnection of controls and electrical.
All work must adhere to FAA Specifications, Drawings, and the latest Wage Determinations.
Contract Details
- Contract Type: Firm-Fixed-Price, one job lump sum.
- Period of Performance: 120 calendar days after notice to proceed.
- Estimated Price Range: $400,000 - $500,000.
- Set-Aside: Full and Open Competition.
- NAICS Code: 236220 (Plumbing, Heating, and Air-Conditioner Contractors).
- Small Business Size Standard: $19.0 million.
- Requirements: Bonding, Insurance, Davis Bacon Wage Rates, and Buy American Act apply.
Submission & Evaluation
- Submission Method: Offers must be submitted electronically in PDF format.
- Required Documents: A price proposal and a Schedule of Values (SOV) with a breakdown of labor, material, G&A Overhead & Profit percentage.
- Offer Validity: Offers must be valid for 60 calendar days.
- Evaluation Factors: Financial Capability, Insurability, and Client Past Performance.
- Compliance: Offerors must carefully read the Request for Offer (RFO) and ensure all proposals conform to the requirements of Section L and M.
Key Dates & Contact
- Site Visit: January 20, 2026, at 12:00 PM local time. Attendees must submit a list 24 hours in advance to joshua.j.espinosa@faa.gov and bring a valid photo ID.
- RFIs Due: No less than 5 calendar days after the conclusion of the site visit.
- Proposal Due Date: February 17, 2026, at 5:00 PM Eastern Time.
- Primary Contact: Joshua Espinosa, joshua.j.espinosa@faa.gov, 404-305-5799.
Additional Notes
The Minneapolis ARTCC is a 24/7 operating facility, requiring careful coordination to minimize disruption. Contractors are responsible for all permits and must be registered in the System for Award Management (SAM) to be eligible for award. The FAA is tax-exempt. Offerors are cautioned to check the website periodically for amendments, as a mailing list will not be compiled. Faxed offers will not be accepted. Security requirements for personnel access to the ARTCC premises include FAA security investigations and daily visitor badges. Prohibited materials include asbestos, lead, PCBs, and Halon.