SOURCES SOUGHT
99 -- HOIST
- Notice Date
- 4/30/2004
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AEA-55 FAA Headquarters (ASU)
- ZIP Code
- 00000
- Solicitation Number
- DTFAEA-04-R-00403
- Response Due
- 5/5/2004
- Point of Contact
- Glenn McCarthy, 718-553-3085
- E-Mail Address
-
Email your questions to Glenn.Fox.McCarthy@faa.gov
(Glenn.Fox.McCarthy@faa.gov)
- Description
- SCREENING INFORMATION REQUEST Project Title: HOIST INSTALLATION AND OSHA MODIFICATIONS AT AIRPORT SURVEILLANCE RADARS (ASR-9) IN FIVE (5) LOCATIONS: ATLANTIC CITY - NEW JERSEY, HARRISBURG - PENNSYLVANIA, WHITEPLAINS - NEW YORK, BUFFALO -NEW YORK, AND ALBANY - NEW YORK. Point of Contact: Glenn McCarthy, (718) 553-3085 Date Closed: 05MAY04 ________________________________________________________________________ Project Description The scope includes OSHA modifications at the Airport Surveillance Radar (ASR-9) facility at the above five (5) locations. The work includes installing Government Furnished Material (GFM) Davit Crane; removal of the existing monorail and hoist, removal of certain hand railing; providing and installing grating support structural steel and new hand railing; installation of 50-60 square feet of grating with trap door and removable railing; installation of a gear motor oil draining piping system; provide and install tower maintenance Halogen lights; providing necessary grating, support structural steel, and hand railing to enlarge the maintenance work area in front of the Radar Power and Control box; installation an 8??? x 8??? concrete pad and the construction and installation of appurtenances to the foregoing as indicated by the drawings. This type of tower is a bolted structure, which can be dismantled at one site and re-erected at another. The contractor shall perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees. Purpose The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential offerors. Screening decisions will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors who scored at least 80% will receive the Request for Offers. The contract will then be awarded to the contractor providing the lowest price. Failure to provide the below referenced information may eliminate the contractor from receiving an RFO. (A) Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts completed during the past five (5) years similar in size, complexity and scope, and all prime contracts currently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers. Include the following information for each prime contract: 1. Name of contracting activity. 2. Contract number. 3. Contract description. 4. Total contract value. 5. Contracting officer, name, address and telephone number. 6. Owner???s Representative name and telephone number and two (2) references from the owners or the owners??? representative for each project. 7. List of major subcontractors. (B) Technical Experience Experience history of similar type of OSHA modification projects, listing in particular, work on ASR-9 or other steel frame towers. This listing should include at a minimum; location, customer name, project value, project start, contract completion date, actual completion date, description of work and name and phone number of customer's contact. The offeror???s proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed to evaluate the offeror???s understanding of and capacity to accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government???s requirement is insufficient. 1. FAA experience. 2. Work on airports. (C) Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete a project of this magnitude. The following information shall be provided. 1. Bonding capacity. 2. Insurability.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00577559-W 20040502/040430211830 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |