Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2025 SAM #8685
MODIFICATION

Z -- ZKC ARTCC, NDO Building Refurb

Notice Date
9/4/2025 9:31:31 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-26-R-00005
 
Response Due
9/19/2025 1:00:00 AM
 
Archive Date
10/04/2025
 
Point of Contact
Samantha Pearce, Phone: 405-954-7739
 
E-Mail Address
samantha.a.pearce@faa.gov
(samantha.a.pearce@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Federal Aviation Administration (FAA) requires the professional services of a contractor to furnish all labor, materials, equipment, tools, supplies, and transportation required to refurbish the NCO Building at the ZKC Air Traffic Control Center (ARTCC). 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 236220. The business size standard for this NAICS is $ 45 million. 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, 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 September 10, 2025, from 0900 to 1000 am Local Time. Meet at Guest Check-In, 250 Rogers Road, Olathe, KS 66062. Please email the contracting officer at least four (4) days in advance if planning to attend the site visit. 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 do not apply to the Federal Aviation Administration (FAA), as the FAA has its own policies and guidance, which are referred to 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4da0687c91594410bed5686b82167b39/view)
 
Place of Performance
Address: Olathe, KS 66062, USA
Zip Code: 66062
Country: USA
 
Record
SN07577762-F 20250906/250904230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.