Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2006 FBO #1634
SOLICITATION NOTICE

99 -- Design/Build Modernization of Airport Traffic Control Tower, Olympia Regional Airport, Olympia, Washington

Notice Date
5/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-06-R-00036
 
Response Due
5/30/2006
 
Archive Date
6/29/2006
 
Description
Screening Information Request (SIR) for the Architectural/Engineering/Contractor Design and Construction Modernization of the Airport Traffic Control Tower at Olympia Regional Airport Olympia, Washington. Point of Contact: Laura Coonce, Contract Administrator, 425-227-2861 Clarence Davis, Contracting Officer, 425-227-2938 The purpose of this SIR is to seek competent and qualified contractors to do a Design/Build Modernization of the Airport Traffic Control Tower at the Olympia Regional Airport (OLM) in Olympia, Washington. This SIR is a 100% set-aside for Socially and Economically Disadvantaged Businesses (SEDB) (8a). DESCRIPTION OF WORK: Work includes all professional architectural, engineering and other related technical services, labor, materials and equipment and construction services as well as providing a separate manufactured building to be used as a workspace, which encompasses approximately 300 square feet. The ATCT is a high security area. All contractor personnel must successfully pass security clearance requirements before being allowed on site. The estimated dollar value is between $500,000.00 - $1,000,000.00 EVALUATION: For this procurement, the FAA has appointed an Integrated Product Team (IPT) who will evaluate all responses received. A point value system has been assigned to each of the criteria listed separately in Phase I and Phase II. Each of the six considerations of Phase I carries a separate weighted factor. For Phase I accumulative point total will lead to the down selection of no more than three firms. Phase Two will select one firm for completion of the project. PHASE I: All responsible offerors must submit qualifications for consideration in Phase One. The IPT will utilize the following criteria in descending order of importance: 1. Contractor has worked on a FAA ATCT, TRACON, or ARTCC. 2. Architect/Engineers/General Contractor relationship on at least 2 previous jobs unless the engineers are part of the sub-contractor's company or design team is local (within 35 miles of OLM) and is accessible to superintendent. 3. Contractor can provide an on-site superintendent with at least 5 years experience as a superintendent. 4. Contractor's project manager has at least 5 years experience and has worked on at least 3 federal government projects. 5. Contractor has completed at least 3 projects in the last 5 years in the $500,000 to $1,000,000 dollar range. 6. Contractor has adequate finances to accomplish job. SUBMISSION OF PROPOSALS: Offerors must submit proposals on Phase One by May 30th, 2006. The IPT will take approximately 1 week to review proposals. The result of the IPT evaluation will be the selection of no more than three firms with the highest overall point score that are deemed to be qualified as the Design/Build offerors most likely to receive an award and ultimately provide the FAA the best value. PHASE II: Applies to the selected offerors (no more than 3) from Phase I. Proposals shall consist of a schematic design with a firm fixed price for the entire Design/Build effort. The schematic design should be thorough enough to show that all FAA requirements will be met and the firm fixed price is reliable. The IPT will utilize a point value system for each of the five considerations listed below. Each consideration carries a separate weighted factor in descending order of importance: 1. Cost 2. Design team and contractor demonstrated relationship. 3. Key personnel qualifications. 4. Proposed schedule. 5. Understanding of project. Phase II proposals are due on or about July 7th, 2006. The IPT will then make a final offeror selection in 2 weeks. Submit an Original and Eight (8) Copies of the Phase One Proposal to: DOT Federal Aviation Administration Acquisition Management Branch, ANM-53 1601 Lind Avenue, S.W., Suite 340 Renton Washington 98055-4056 Attn: Laura Coonce, Contract Administrator Telephone: (425) 227-2938 Prospective offerors are hereby notified that employees of A.I.M./RGII, a private contractor to the Government, may be used in evaluating offers received under this SIR. Applicable FAA Clauses: 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.3.1-10 Availability of Funds (April 1996) 3.3.1-33 Central Contractor Registration (April 2006) 3.3.1-34 Payment by Electronic Funds Transfer/Central Contractor Registration (October 2005) 3.3.1-35 Certification of Registration in Central Contractor Registration (CCR) (April 2006) 3.9.1-1 Disputes (Nov 2002) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (November 2002) 3.13-4 Contractor Identification Number/Data Universal Numbering System (DUNS) Number (April 2006)
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4807)
 
Record
SN01048856-W 20060518/060516220438 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.