Hanger 9 Renovation

The Department of Transportation, Federal Aviation Administration has a requirement for Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.

Solicitation Summary

The Department of Transportation, Federal Aviation Administration has a requirement for Hanger 9 Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.

Solicitation in a Nutshell

Item

Details

Agency Department of Transportation, Federal Aviation Administration
Solicitation Number MrktSrvyHanger9MMAC
Status Pre-RFP
Solicitation Date 12/2024 (Estimate)
Award Date 03/2025 (Estimate)
Contract Ceiling Value $10,000,000
Competition Type Undetermined
Type of Award Other
Primary Requirement Architecture Engineering and Construction
Duration TBD
Contract Type Firm Fixed Price
No. of Expected Awards N/A
NAICS Code(s):
236220

Commercial and Institutional Building Construction
Size Standard: $45.0 million annual receipts

Place of Performance:
  • Oklahoma City, Oklahoma, United States
Opportunity Website: https://sam.gov/opp/09c8e63ef01c47169ca1321db733638f/view

Background

N/A

Requirements

  • Work to be accomplished for the Hanger 9 Renovation includes but not limited to the following:
  • Existing restrooms renovation requirements.
    • Upgrade plumbing fixtures and restroom accessories to meet all applicable building and civil codes and other federal, state, city, and local ordinances and regulations.
    • Reconfigure and modify the water and sanitary systems at all restrooms being renovated and as indicated in the contract documents.
    • Upgrade finishes to meet current FAA finish standards.
    • Replace drinking fountains with filtered bottle filler fountains.
  • Lighting and finishes upgrade requirements.
    • Remove existing exit signs and provide and install new LED exit signs.
    • Remove existing interior non-LED light fixtures and provide and install new interior LED fixtures.
    • Provide and install a new lighting control system.
    • Replace existing ceiling tile and grid in locations with lighting replacement work and in all stairwells.
    • Replace existing carpet tile and wall base in locations with lighting work, wall configuration changes, or where existing is worn or damaged.
    • Patch, repair, and paint existing walls in locations where carpet tile is replaced and in all stairwells.
  • Life safety and accessibility construction requirements.
    • Seal penetrations within the fire barriers separating the hangar high bays from the hangar administration spaces with fire rated sealant or fire stops.
    • Remove and seal abandoned air transfer openings in stairways.
    • Infill resulting openings to maintain wall fire rating
    • Adjust doors on path of egress to meet accessible push/pull clearances where indicated in the contract documents, including changing door swing directions, and enlarging door widths.
    • Replace stair treads at existing stairs where indicated in the contract documents to reduce potential trip hazards.
    • Construct accessible egress ramps at 1st floor exit doors currently lacking accessible means of egress. See contract drawings for locations.
    • Provide and install “NO EXIT” door signs on unmarked doors that could be confused for exit doors.
    • Provide and install emergency exit signage at exterior doors where indicated on the contract drawings.
    • Provide and install additional fire extinguisher and eyewash station signage on existing columns below the netting in the hangar High Bays.
    • Enclose existing ducts that pass-through stairwells in fire rated chases.
    • Modify existing sprinkler system components in areas of renovation to provide complete coverage. Provide and install new sprinkler system components where required. Do not reuse existing sprinklers that were previously removed.
    • Replace all fire alarm notification and initiating devices within Hangar 09 with new devices compatible with the existing fire alarm panel.
  • Mechanical and Plumbing construction requirements.
    • Remove all existing pneumatic combination smoke/fire dampers and their associated control actuators and replace with electronic smoke/fire dampers and electric actuators.
    • Remove existing pneumatic control compressor.
    • Adjust existing diffuser layout to accommodate new lighting layout.
    • Provide and install new return air pathways in areas where existing lights and troffers are replaced with LED lights.
    • Replace drinking fountains with filtered bottle filler fountains.
    • Reconfigure and modify the water and sanitary systems at all restrooms being remodeled as part of the architectural scope.
  • Miscellaneous construction requirements.
    • Repaint all hangar high bay walls, removing and reinstalling bird netting as required. Paint as scheduled in the contract drawings.
    • Repaint and restripe the Hangar 8 High Bay floors to match existing.
    • Remove existing RF shielding walls, floors, and ceilings at Hangar 09 3rd floor east and replace with stud and drywall construction, new ceilings, and flooring.
    • Renovate break room at Hangar 9 3rd floor east located in RF shielded room.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.