ZMP Multiple Projects

SOL #: 697DCK-26-R-00062Solicitation

Overview

Buyer

Transportation
Federal Aviation Administration
697DCK REGIONAL ACQUISITIONS SVCS
FORT WORTH, TX, 76177, United States

Place of Performance

Farmington, MN

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Radar And Navigational Facilities (Y1BC)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Feb 17, 2026, 10:00 PM

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 multiple construction projects at the Minneapolis Air Route Traffic Control Center (ARTCC) (ZMP) in Farmington, Minnesota. This opportunity, titled "ZMP Multiple Projects," involves critical infrastructure upgrades. The estimated price range for this firm-fixed-price, lump sum contract is $400,000 - $500,000. Proposals are due by February 17, 2026, at 5:00 PM Eastern Time.

Scope of Work

This solicitation encompasses four distinct construction efforts:

  • Boiler Exhaust Stack Replacement: Replacing two corroded heating boiler exhaust stacks with new double-walled stainless steel vent stacks, including breechings, supports, and associated roof repairs.
  • Chilled Water Valve Replacement: Replacing two Chilled Water Flow Control Valves (FCV) and one Condenser Water FCV for Chillers 100 and 200, along with the cooling tower's Flow Control Bypass Valve. This includes facility shutdown, lockout/tagout, and potential hydronic piping modifications.
  • Humidifier Replacement (AHU-12 & AHU-13): Replacing steam humidifiers for Air Handling Units 12 and 13, involving electrical and piping disconnections/reconnections, new unit installation, and HVAC system testing.
  • Gas Unit Heater Replacement: Demolishing existing and installing 10 new gas unit heaters in the Power Service Building, complete with new thermostats, fused disconnects, gas piping, and flue connections.

All work must adhere to FAA specifications, drawings, and applicable wage determinations.

Contract Details

  • Contract Type: Firm-Fixed-Price, One Job Lump Sum
  • Estimated Value: $400,000 - $500,000
  • Period of Performance: 120 calendar days after Notice to Proceed
  • Set-Aside: Full and Open Competition (NAICS 236220, Small Business Size Standard $19.0M)
  • Wage Rates: Davis Bacon Wage Rates apply (DOL General Decision Number MN202600053).
  • Bonding & Insurance: Required.

Submission & Evaluation

Offers must be submitted electronically in PDF format and include a price proposal and a Schedule of Values (SOV) detailing labor, material, G&A, Overhead, and Profit percentages. Proposals must conform to Sections L and M of the RFO. Evaluation will focus on Financial Capability, Insurability, and Client Past Performance. Offers must remain valid for 60 calendar days.

Key Dates & Contacts

  • Proposal Due Date: February 17, 2026, at 5:00 PM Eastern Time (extended by Amendment 0002).
  • Site Visit: A site visit was held on January 20, 2026, at 12:00 PM local time. RFIs were due 5 calendar days after the site visit.
  • Contact: Joshua Espinosa (joshua.j.espinosa@faa.gov, 404-305-5799).
  • Amendments: Contractors are cautioned to check the SAM.gov website periodically for amendments. Amendment 0002 provided questions and answers.

Special Requirements

The Minneapolis ARTCC is a 24-hour, 7-day-per-week operating facility, requiring careful scheduling and coordination to minimize disruption. All work must be performed by experienced personnel to the highest standards. The contractor is responsible for obtaining all required permits, ensuring compliance with local codes and OSHA regulations, and providing a one-year product workmanship warranty. Security requirements for site access are stringent, requiring advance attendee lists and valid photo IDs. Prohibited materials include asbestos, lead, PCBs, and Halon.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 5, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 5, 2026
Version 3
Solicitation
Posted: Jan 12, 2026
View
Version 2
Solicitation
Posted: Jan 7, 2026
View
Version 1
Solicitation
Posted: Dec 17, 2025
View