Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2007 FBO #1992
SOLICITATION NOTICE

99 -- Construction Of A Communications Ductbank At The Portland International Airport In Portland, Oregon.

Notice Date
5/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52A NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-07-R-00045
 
Response Due
5/15/2007
 
Archive Date
6/14/2007
 
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 make 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 is 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. The acquisition is not set aside in any manner. II. Project Scope. The work consists of furnishing all labor, tools equipment, and materials (except GFM) for the construction of a communications ductbank at the Portland International Airport in Portland, Oregon. This work requires coordination with Air Traffic and the Port of Portland Airport Operations through the Contracting Officer's Representative. Restrictions to work schedules and hours apply for work within the Air Operations Area. The following items are a brief summary of the project and are provided solely for the purpose of revealing the general nature of the work involved. The work to be performed includes, but is not limited to the following: A. Major Items of Work: ASR Facility to 10R Glide Slope Facility. 1. Furnish all equipment and materials (except GFM) necessary for the construction of the new communications ductbank and its connection to existing FAA facilities in satisfactory conformance with the contract drawings and specifications. All equipment and materials shall be new. 2. Control of erosion and dewatering of trenches and excavations. 3. Demolition and disposal of excess material and underground utilities or debris as necessary for the new construction items and as required by the drawings and specifications. 4. Complete construction of approximately 5951 linear feet of communications ductbank consisting of four concrete encased 4" Schedule 40 PVC conduits. Supply and install conduits, concrete, base materials, pull ropes, warning tape, conduit spacers/supports, lightning protection, etc. as shown on "Conduit Trench Detail - Concrete Encased" on standard drawing NMSD-D-MISC-C004. 5. Furnish and install H-20 rated handholes of the following quantity and size: Nineteen 4'x 4'x 4' handholes; one 4'x 4'x 6' manhole and three 4'x 4' x 7' manholes. Connect runs of new communications ductbank into two existing 4'x 4'x 4' handholes at the ASR site. Supply and install base materials, cable racks, nameplates and lightning protection for all handholes and as required by the contract. 6. Furnish and bore one 18" steel casing of approximately 260 feet in length under Taxiway C and one 18" steel casing of approximately 80 feet in length under the West Perimeter Road. Furnish and install four 4" Schedule 40 PVC conduits supported in bore spacers in each steel casing. Grout solid area external to conduits and inside steel casings. 7. Installation of three 1 ??" innerducts with pull ropes in each 4" PVC conduit in the new communications ductbank and in the 4" GRS conduits between the ductbank and the new building NEMA 4 junction boxes. 8. Installation of one continuous run of SM fiber optic cable approximately 7600 linear feet between the 10R glide slope shelter and the ASR shelter. Supply and install labels. Testing of the fiber optics cable prior to and after installation. 9. Modifications to the ASR security fence and other items as necessary for the construction of the new construction items. 10. Removal and disposal of twelve trees and the relocation of one log pile. 11. Installation of one 36" X 36" X10" NEMA 4 junction box, one 4" GRS building entry, one LB and associated 4" GRS conduits at both the ASR building and the 10R Glide Slope Shelter. 12. Demolition and disposal of existing asphalt pavement as necessary for the ductbank construction in the ASR parking area and across Elrod Road. Placement of new crushed base material, filter fabric and asphalt concrete pavement in disturbed areas. 13. Placement of gravel surfacing as necessary to repair areas damaged by construction of the new ductbank and as required by the drawings and specifications. 14. Grading and seeding of all disturbed non-roadway or parking areas. 15. Installation of lightning, grounding and bonding protection systems as detailed on the drawings. 16. Control of traffic along Elrod Road, 47th Ave and the Airport Perimeter Road. B. Major Items of Work: 21 Localizer Facility. 1. Furnish all equipment and materials (except GFM) necessary for the construction of the new communications ductbank and its connection to existing FAA facilities in satisfactory conformance with the contract drawings and specifications. All equipment and materials shall be new. 2. Control of erosion and dewatering of trenches. 3. Demolition and disposal of excess material and debris as necessary for the new construction items and as required by the drawings and specifications. 4. Complete construction of approximately 850 linear feet of communications ductbank consisting of four concrete encased 4" Schedule 40 PVC conduits. Supply and install conduits, concrete, base materials, pull ropes, warning tape, conduit spacers/supports, lightning protection, etc. as shown on "Conduit Trench Detail - Concrete Encased" on standard drawing NMSD-D-MISC-C004. 5. Furnish and install two H-20 rated 4'x 4'x 4'handholes. Supply and install base materials, cable racks, nameplates and lightning protection as required by the contract. 6. Installation of three 1 ??" innerducts with pull ropes in each 4" PVC conduit in the new communications ductbank and in the 4" GRS conduits between the ductbank and the new building NEMA 4 junction box. 7. Installation of one 30" X 30" X 8" NEMA 4 junction box, one 4" GRS building entry, one LB and associated 4" GRS conduits at the 21 Localizer shelter. 8. Placement of gravel surfacing as necessary to repair areas damaged by construction of the new ductbank and as required by the drawings and specifications. 9. Grading and seeding of all disturbed non-roadway or parking areas. 10. Installation of lightning, grounding and bonding protection systems as detailed on the drawings. Period of Performance is 120 calendar days after notice to proceed. The FAA anticipates award on June 25, 2007, with construction to start by July 16, 2007. Contract completion within 120 calendar days or by November 16, 2007. A mandatory site visit is scheduled for 9:00 a.m., May 30 or 31, 2007 at the Portland International Airport, Portland, Oregon. Meet at the gate to NE Elrod Road located at the intersection of NE 33rd Ave. and NE Elrod Road. Offers will only be accepted from those firms that have a representative at the site visit. Site contact will be Deb Lawrence, (206) 419-2290. No-later-than May 25, 2007, provide the contracting officer with a listing of company representatives/attendees, titles, cell phone numbers and the desired site visit date. In the event that you have a conflict with the above dates and would like to bid on this project, please contact the contracting officer no-later-than May 25, 2007. If justified, a second site visit will be offered within five days of the above. Magnitude of Construction is: $500,000 - $1,000,000 Contractor Liability Insurance: $5,000,000 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 and magnitude of construction in which completion and management of projects involving ductbank construction and cable installation. A minimum of 3 similar projects shall be described. B. Experience in the successful completion and management of projects on an operating airport. The contractor shall have experience on at least 3 projects in which the work was performed on an operational airport of comparable size to Portland IAP, where the contractor had responsibilities related to movement and security on the airfield. C. Pipe boring experience. The boring contractor shall have been in the continuous business of pipe boring for the past 5 years, shall have satisfactorily completed similar jobs, and have experience working in the airport environment. All boring workers shall have successfully completed a minimum of five boring projects. All welders and tackers shall be tested and certified per AWS D1.1-1992 for the materials, processes, and types of welds being performed. 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 June 13, 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 May 9, 2007. No requests will be honored after May 15, 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 (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://conwrite.faa.gov (on this web page, select "Search and View Clauses"). (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 (July 2004) 3.2.2.3-11 Unnecessarily Elaborate Submittals (July 2004) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (July 2004) 3.2.2.3-13 Submission of Information, Documentation, and Offers (July 2004)
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5674)
 
Record
SN01290596-W 20070511/070509220818 (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.