Search Contract Opportunities

Phase 1 Down-selection DIA ATCT Modernization

ID: 697DCK-22-R-00508 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 11, 2023, 5:49 p.m. EST

Announcing Phase 1 down-selection results:

Guardian Construction of Layton, UT
Sergent Construction of Santa Paula, CA

Amendmet Posted 9/12/2022, Due Date extensdion

Amendment 03: Posted 8/24/2022

Amendment 02: Posted 8/17/2022

Amendment 1: Posted 8/11/2022

As this is a 2 phase solicitation process, the full set of specifications and drawings will only be released during the
second phase of the process after the most highly qualified vendors have been selected.

The work described here is representative at best and is not all-encompassing of the project scope for the
modernization and refurbishment of the Federal Aviation Administration's Airport Traffic Control Tower (ATCT)
and Base Building located at the Denver International Airport. The ATCT is a 24/7 operational facility. This
project is to complete the facility modernization; most of the work in the upper floors of the ATCT was completed
before the original construction contract was terminated due to COVID in 2020.

The ATCT and Base Building are constructed of architectural precast concrete panels. The ATCT panels cover castin-
place concrete up to 240 feet in building elevation and above this level, the tower is constructed of precast panels
over structural steel. Adjacent to the ATCT is the 3-story Base Building and the Mechanical / Cooling Tower
Building.
Coordination will be required with all Mechanical, Plumbing, and Fire Suppression refurbishment and replacement
work, along with movement of parts, equipment and labor when using the ATCT's elevator. Periods of sustained
elevator usage will need to be coordinated with the facility so as to avoid impacting air traffic operations.
Refurbishment will be designed and sequenced to prevent interruption of operations in the Base Building and
ATCT, and may include night work. Any required interruption of services will require advanced scheduling and
coordination with the responsible authorities and managers of the FAA and in some case the Denver International
Airport.
Estimated value is between $5,000,000.00 and $10,000,000.00.
Architectural Work includes:
Replacement of all interior finishes in the Base Building and stairways with Class A finishes. Penetrations and
openings at fire-rated floor and wall assemblies will be repaired with the appropriate fire-stopping assemblies.
Repair and refinishing of the exterior soffit at the ATCT Junction Level, approximately 22 stories above ground
level
Remodel Base Building restrooms and break rooms to meet ABA/ADA requirements.
ABA/ADA compliant signage will be provided inside and outside of the stair enclosures.
Handrails and metal stair tread riser panels will be added between ground level and junction level to the existing
fire exit stairs in the ATCT.
Replace new room signage in both the Base Building and ATCT.
Remediate mold contamination, previously identified at interior walls and at perimeter unit heaters. Replace
drywall in areas where it has been damaged by water, primarily due to leaking mechanically/plumbing systems.
Replace backflow preventer, hose bibs, and valves.
Remove and relocate water heater and mop sink, necessary to accommodate mold remediation work.
Water closets, sinks and water coolers will be replaced and installed in compliance with the ABA/ADA
accessibility requirements.
Remediate exterior sealant joints at the 2nd Floor Base Building window perimeters due to water infiltration with a
weeped two-stage joint added at the architectural concrete panel joints at the windows heads of the north and west
facing windows.

Fire and Life Safety
Work includes repair or replacement to existing fire-rated walls and door assemblies, adjustment or replacement
where damaged or deficient in order to restore fire ratings. Listed firestop assemblies will be provided where
missing at all rated barriers.
Provide UL approved fire-stopping assemblies at penetrations of fire rated walls and floor assemblies.
Replace fire rated doors with full flush steel construction, minimum 1-3/4 thick. All exterior hollow metal doors
and frames will be galvanized and insulated meeting NFPA 80 requirements.
Provide flush, solid core wood doors with paint, veneer, or plastic laminate clad finish to match facility standard
and meeting NFPA 80 requirements.
Access Doors: Replace existing floor hatch at Cable Access level with fire rated hatch.
Replace existing door knobs with ADA-ABA compliant levers. Provide power assist door openers and door closers
at fire rated door assemblies and meeting NFPA 80A requirements.
Install pre-finished steel semi-recessed Fire Extinguisher cabinets with solid doors and magnetic flashlight.
Install stair access and fall protection atop of the diesel fuel tank and a guardrail around the access hatch to the
cooling towers.
Fire Suppression work includes:
Maintenance and service to all existing fire suppression riser assemblies including new gaskets, valve packing
replacement and verification of each risers operation.
Provide releasing modules at each pre-action riser assembly.
Install butterfly valves above each pre-action riser assembly.
Replace sprinkler head escutcheons in ceiling.
Provide automatic chemical suppression system at one (1) break room in the Base Building with a range hood with
manual electric disconnect and manual suppression system activation.
Replace existing ATCT fire pump.
Add damper control and damper control strategy through DDC to the ATCT Stairwell as well as the fire alarm
system. The sequence will interrupt the stair pressurization to allow occupancy.
Fire Alarm work includes:
Relocating the smoke detector in the supply ductwork of AHU-1 to be upstream of the duct humidifier.
Fire alarm system devices where affected or modified, will be coordinated with the FAA Building Management
and the local fire alarm control panel to avoid all trouble/alarm signals.
The existing Fire Alarm System will be modified and/or expanded to include additional fire detection devices,
release of sprinkler system detection, and notification devices including strobes, and combination horn/strobe
appliances where deficiencies have been identified. The system devices will be addressable, non-coded, with
sufficient capacity for required coverage. Manufacturer type will be compatible with existing system.

Mechanical work includes:
Below is a list of major mechanical equipment that is to be replaced as part of this project. This equipment will be
identified in the project design documents and is not all encompassing of the project scope:
Replacement of existing Air-Handling units in the Base Building.
Replacement Existing Boiler units and Control Panels in the Base Building.
Replacement Existing Hot Water System Pumps in the Base Building.
Replacement Existing Exhaust Fans in the Base Building & ATCT.
Replacement Existing Unit Heaters in the ATCT pipe chase.
Replace AHU-1 on a one-for-one basis in the Base Building.
Replace AHU-2, AHU-3, and AHU-4 and all ancillary devices with CRAC units of similar capacity in the Base
Building.
Replace AHU-5 and AHU-6 and all ancillary devices with vertical air handling units of similar capacity in the
Base Building.
Replace AHU-7 and AHU-8 and all ancillary devices with CRAC units of similar capacity in the Base Building.
The supply air will be ducted above the ceiling to supply diffusers to better distribute airflow between racks of
equipment.
Replace AHU-11 and AHU-12 and all ancillary devices on a one-for-one basis on the Sub-junction level of the
ATCT. Provide temporary, portable AHUs and ducting during the replacement. Remove portion of wall at subjunction
level to allow for replacement of AHU-12. Infill opening after replacement is complete.
Replace AHU-13 and 14 on a one-for-one basis on the Junction level of the ATCT.
Remove and provide new finned tube elements, control valves, balancing valves, shut off valves and associated
piping on a one-for-one basis in the Base Building. The covers for the existing finned tube heating will be removed
and re-installed. New valves will be installed in the hot water piping branch lines to facilitate work.
Provide a full capacity temporary boiler plant with 100% redundancy during the removal and replacement of
existing boilers, pumps and heat exchanger. Including (2) new boilers, (2) Tower hot water pumps, (2) Base
Building hot water pumps, insulated steel piping between temporary boilers and temporary pumps, flexible piping
between temporary pumps and existing system, temporary heated pump enclosures for winter operation, and
temporary controls that mimic the existing configuration. Note: the temporary boiler plant was partially constructed
at the time of original contract termination. The temporary boilers, pumps and associated piping and electrical
supplies have already been purchased and are stored off-site and will be available for use, along with the original
design drawings.
Remove the existing boilers and replace with high efficiency boilers. The new boilers will be capable of local
DDC control.
Replace the hot water expansion tank and air separator on a one-for-one basis.
The existing three hot water pumps were designed at 50% heating load each which provided partial redundancy.
Replace with two (2) new hot water pumps designed each at 100% of the heating load providing 100% redundancy.
New pumps provided with VFD for balancing to match existing flow characteristics.
Replace hot water heat exchanger in the mechanical room of the Base Building. Replacement will include adding a
second heat exchanger and the required valves, piping, and accessories for a fully redundant system.
Replace all hydronic unit heaters in the pipe chase from the ground floor to the 13th floor with electric unit heaters.
Existing hydronic piping taken back to the mains and capped.
Re-locate humidifier wand diffusers for AHU-1 downstream of the duct smoke detector in the mechanical room of
the Base Building.
Add air handling units and humidifier to the 10th floor of the tower to serve the 11th floor of the tower.
Remove AHU from the ASDE equipment room on the 11th floor above the Cab of the ATCT.
Increase outside air circulation for ATCT stairwell free-cooling. This will include tying a new fan into the supply
ductwork for the stair pressurization system to provide ventilation air into the space, and using the relief air damper
and louver near the top of the stairwell to relieve air from the space. Controls will be modified to disable the
ventilation system in case of emergency, and allow the stair pressurization system to function.
Replace the chemical feed system for the heating hot water system.
In the UPS room in the Base Building, install a filter bank on the air intake hood.
Thermostat protection for cab under architectural scope of work.
Provide 13th floor battery room ventilation.
Replacement of duct electric coil EDH-11 located on the cable access level of the tower.
Install electric unit heater in boiler room.
Cap existing grilles in ATCT stairwell.
The Electrical Work As part of this project, includes additional receptacles, fire alarm, telecommunications outlets
and additional electrical equipment associated with new Architectural, Mechanical and Plumbing installations.
Other miscellaneous electrical work is to be performed in various panels (for code and FAA order compliance) as
noted in the design drawiings

Posted: Sept. 12, 2022, 1:52 p.m. EDT
Posted: Aug. 24, 2022, 3:43 p.m. EDT
Posted: Aug. 17, 2022, 5:19 p.m. EDT
Posted: Aug. 11, 2022, 4:40 p.m. EDT
Posted: Aug. 8, 2022, 5:59 p.m. EDT
Background
The work described here is representative at best and is not all-encompassing of the project scope for the modernization and refurbishment of the Federal Aviation Administration’s Airport Traffic Control Tower (ATCT) and Base Building located at the Denver International Airport. The ATCT is a 24/7 operational facility. This project is to complete the facility modernization; most of the work in the upper floors of the ATCT was completed before the original construction contract was terminated due to COVID in 2020. Estimated value is between $5,000,000.00 and $10,000,000.00.

Work Details
The work includes architectural work such as replacement of interior finishes, repair and refinishing of exterior soffit, remodeling restrooms and break rooms to meet ABA/ADA requirements, providing ABA/ADA compliant signage, adding handrails and metal stair tread riser panels, remediating mold contamination, replacing backflow preventer, hose bibs, valves, water closets, sinks, water coolers, and remediation of exterior sealant joints.

Fire and Life Safety work includes repair or replacement to existing fire-rated walls and door assemblies, provision of UL approved fire-stopping assemblies at penetrations of fire rated walls and floor assemblies, replacement of fire rated doors with full flush steel construction, installation of stair access and fall protection atop diesel fuel tank and a guardrail around the access hatch to cooling towers.

Fire Suppression work involves maintenance and service to all existing fire suppression riser assemblies including new gaskets, valve packing replacement and verification of each risers operation.

Fire Alarm work includes relocating smoke detector in supply ductwork of AHU-1 to be upstream of duct humidifier.

Mechanical work includes replacement of existing Air-Handling units in the Base Building, Boiler units and Control Panels in the Base Building, Hot Water System Pumps in the Base Building, Exhaust Fans in the Base Building & ATCT, Unit Heaters in the ATCT pipe chase.

Place of Performance
Denver International Airport

Overview

Response Deadline
Sept. 20, 2022, 2:00 p.m. EDT (original: Sept. 9, 2022, 2:00 p.m. EDT) Past Due
Posted
Aug. 8, 2022, 5:59 p.m. EDT (updated: Jan. 11, 2023, 5:49 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Denver, CO 80249 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
69% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 8/8/22 Southwestern Region issued Solicitation 697DCK-22-R-00508 for Phase 1 Down-selection DIA ATCT Modernization due 9/20/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z1BA.
Primary Contact
Name
Darren Odegard   Profile
Phone
(206) 231-3022

Documents

Posted documents for Solicitation 697DCK-22-R-00508

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Solicitation 697DCK-22-R-00508

Incumbent or Similar Awards

Contracts Similar to Solicitation 697DCK-22-R-00508

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 697DCK-22-R-00508

Similar Active Opportunities

Open contract opportunities similar to Solicitation 697DCK-22-R-00508

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 697DCK REGIONAL ACQUISITIONS SVCS
FPDS Organization Code
6920-697DCK
Source Organization Code
500000015
Last Updated
Jan. 24, 2023
Last Updated By
darren.odegard@faa.gov
Archive Date
Jan. 24, 2023