SOLICITATION NOTICE
99 -- RENOVATION - ADMINISTRATIVE SPACE,PHILADELPHIA TRACON, PHILADELPHIA, PA
- Notice Date
- 8/6/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AEA-55 Eastern Region (AEA)
- ZIP Code
- 00000
- Solicitation Number
- 3775
- Response Due
- 8/18/2004
- Archive Date
- 9/17/2004
- Point of Contact
- PETER Dadiz, 718-553-3088
- E-Mail Address
-
Email your questions to peter.dadiz@faa.gov
(peter.dadiz@faa.gov)
- Description
- The Federal Aviation Administration (FAA) has a requirement to begin renovation of selected existing administrative spaces at the Philadelphia Terminal Radar Approach Control (TRACON) facility, Philadelphia International Airport, Philadelphia, PA. Specific work activities include the replacement of carpet floor tiles, vinyl floor tile, suspended ceiling tiles, bathroom fixtures and accessories, break room cabinetry and appliances, painting and various door and hardware replacements. Minor mechanical, electrical and plumbing work are to be anticipated. Previous bulk sampling data for asbestos revealed that the existing vinyl floor tile mastic in one room contains ten percent asbestos. Ceiling tile, vinyl floor tile, carpet tile and associated mastic were found not to contain asbestos. Although the existing vinyl floor tile and mastic is not to be removed, there is a concern that a few floor tiles may be pulled up when the carpet is removed. To minimize any potential disruption, a licensed asbestos abatement contractor will be used. Engineering controls and work practices as well as area air monitoring will be performed. The estimated price range for construction is between $150,000 and $200,000. The primary NAICS code associated with the project is 28390. The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential SEDB (8A) and/or Service Disabled Veteran Owned companies, located within a 100-mile radius of Philadelphia, PA. Screening decisions will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors will receive the Request for Offers (RFO). Failure to provide this information or meet all criteria shall eliminate the contractor from receiving an RFO. Contractors who meet the criteria stated herein should submit the information requested under Technical Experience, Past Performance and Financial Capability to Peter Dadiz, DOT, Federal Aviation Administration, 1 Aviation Plaza, Jamaica, New York, 11434, Room 111. Hand-carried packages will not be accepted. Requested documentation shall be provided by COB August 18, 2004 in the following format: Tab I. Technical Experience ??? Company Prospectus ??? Capability Statement, Tab II. Past Performance, Tab III. Financial Capability, Tab IV ??? Certificate from Small Business Administration or proof from Veteran???s Administration of Service Disabled Status & company ownership. Technical Experience and Past Performance will be evaluated based upon the following Key Discrimators in descending order of importance. Contractors who do not receive an evaluation score of 80% or higher shall not be given further consideration and will not be provided with the RFO. Additionally, contractors who are not certified thru the SBA as SEDB (8A) or who are not certified as Service Disabled and within the 100-mile radius will not be considered. Companies that fail to demonstrate their financial capability will automatically be disqualified from the process. (I) Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction: 1. Contractor must have a minimum of five (5) years experience with interior renovation and finish installation including, but not limited to the following: - Flooring installation (carpet tiles, vinyl composite tiles, ceramic tiles) - Suspended acoustical ceiling installation - Wall covering and painting - Bathroom remodeling (includes mechanical, electrical, and plumbing) - Millwork fabrication and kitchen appliance installation 2. Hazardous Materials (HAZMAT) Abatement 3. Critical facility experience (24 hr. operation) (II) 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. (III) 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 3. Credit worthiness/history The FAA will not provide reimbursement for any costs associated with the preparation and submission of responses. The FAA is under no obligation to procure the services so listed. Contractors working for the FAA are required to have a security background investigation.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00638565-W 20040808/040806212009 (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 |