Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2007 FBO #1972
SOURCES SOUGHT

99 -- CONSTRUCTION OF AN AIR TRAFFIC CONTROL BEACON INTERROGATOR-6 (ATCBI-6), JACKSON HOLE AIRPORT, JACKSON, WYOMING

Notice Date
4/19/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-07-R-00038
 
Response Due
5/1/2007
 
Description
I. Purpose: The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR shall be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Integrated Product Team (IPT) who will evaluate each response received and makes a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve negotiations with one or more offerors. The intent of these negotiations are for the FAA evaluators, or IPT, to clarify evaluation information submitted by the offeror. All offerors that are eliminated from the competition will be notified in writing. A mandatory site visit is scheduled for 10:00, May 8, 2007 at the Jackson Hole Airport, Airport conference room. Offer's will only be accepted from those firms that have a representative at the site visit. THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESS BUSNIESS CONCERNS (SB). The North American Industry Classification System (NAICS) code is 236210. For this code a small business is defined as a concern, which has annual average gross revenue of $31.0 million dollars or less during the last three fiscal years. II. Project Scope: The work consists of furnishing all labor, materials and equipment for Construction of an Air Traffic Control Beacon Interrogator-6 (ATCBI-6), Jackson Hole Airport (JAC) Jackson, Wyoming. The work to be performed includes, but is not limited to the following: a. Perform earthwork, site grading and surfacing. b. Construct Concrete Masonry Unit (CMU) Building. c. Construct foundations for the CMU building, radar tower, and miscellaneous equipment pads. d. Installation of the facility electrical and grounding systems. e. Restoration of disturbed areas of construction. f. Installation of on-site power, fuel distribution, and mechanical systems. g. Erection of FAA furnished radar tower, and unload and store an antenna weighting approximately 4,000 lbs. h. Installation of FAA furnished Engine Generator and Transfer Switch. Period of Performance is 180 calendar days after notice to proceed. The FAA anticipates award May 25, 2007. Magnitude of Construction is: $500,000 - $1,000,000 III. Evaluation criteria: Prospective offers will be required to submit a technical and business proposal as defined in the solicitation. Proposals will be technically evaluated as either "acceptable" or "not acceptable" on the basis of the following criteria. (a) Prime Contractor Qualifications (b) Past performance (c) Qualifications of key personnel Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, will render the entire proposal to be unacceptable and therefore rejected from further consideration. One-on-one discussions may be held, at the option of the Government, with one or more offers, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of funds: Funding for the entire subject project is not available at this time. The government's obligation under the subject SIR is expressly contingent upon the availability of appropriated funds for each phase from which payment can be made. Offerors are hereby advised that no liability on the part of the government shall arise for bid and proposal costs. V. Technical Proposal Content: Criterion # 1. Contractor Qualifications. Be specific and provide details to clearly support expertise and ability in each of the below areas. All submitted technical information, experience, past performance, qualifications key personnel, names of subcontractors, etc. must be considered proprietary data and must be utilized for evaluation purposes only and kept confidential. (a) The contractor shall have experience in similar type construction in which large excavations, concrete foundations, and block construction is utilized. A minimum of 3 similar projects shall be described. (b) Experience working on an operating airport. The contractor shall have experience on at least 3 projects in which the work was performed on an operational airport, and the contractor had responsibilities related to movement and security on the airfield. (c) Electrical experience specifically at FAA facilities. The contractor shall have experience on at least 3 projects in which electrical work was performed to FAA criteria. (d) Experience in erection or overseeing erection of steel towers or buildings. Criterion # 2. - Past performance: Provide a list of projects similar in scope of work to be done within the past 5 years. Be specific and provide details. For each project address the following points: (a) Project title, description, and contract number (b) Client names, business address, phone numbers, and contact person (c) Dollar value (d) Scope of work (e) Percentages of work subcontracted and nature of that work. (f) Award and completion dates. (g) Any relevant information that would reflect on the offer's ability to meet schedule constraints. Criterion # 3. - Key Personnel Qualifications. Be specific and provide details to clearly support the following: (a) Identification of the Construction Management Team (Project manager, Quality Control person, Safety coordinator, Onsite superintendent. (b) Resume information for all personnel identified above. Provide all pertinent data related to years of experience, employment history, education, training, accomplishments, licenses, certificates, etc. (c) On-site superintendent must meet the project experience requirements in Criterion #1, and must have a minimum 3 years experience as a construction superintendent. Technical and business proposals will be due by close of business (4:00 p.m. Pacific Daylight Time) on May 21, 2007. VI. Changes to the SIR. Offerors are hereby advised that any changes (if any) to the subject SIR must be promptly posted to the applicable FAA Internet web page at: www.faa.gov and complete adherence to the published changes is required. VII. REQUESTS FOR SOLICITATION PACKAGE: The solicitation will be issued on or about April 23, 2007. No requests will be honored after May 1, 2007. Submit requests to: Federal Aviation Administration, Attn: Pat Workman, ANM-52, 1601 Lind Ave. S.W., Renton, WA 98057, by fax at (425) 227-1055; or email: pat.workman@faa.gov APPLICABLE FAA CLAUSES: 3.1-1 Clauses and Provisions Incorporated by Reference (August 1997) This screening information request (SIR) or contract, as applicable, incorporates by reference one or more provisions or clauses 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://fast.faa.gov (on this web page, select "toolsets", and then "procurement toolbox". (End of Clause) 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) 3.2.2.3-1 False Statements in Offers (April 1996) 3.2.2.3-11 Unnecessarily Elaborate Submittals (April 1996) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (April 1996) 3.2.2.3-13 Submission of Information, Documentation, and Offers (April 1996)
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5608)
 
Record
SN01276837-W 20070421/070419220630 (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.