SOURCES SOUGHT
99 -- CONSTRUCT REMOTE TRANSMITTER/RECEIVER (RTR) SITE AT NEW ORLEANS INTERNATIONAL AIRPORT, NEW ORLEANS, LOUISIANA
- Notice Date
- 11/26/2007
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-55 Southwest Region (ASW)
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-08-R-00013
- Response Due
- 11/30/2007
- Point of Contact
- Carla Brawley, (817) 222-4331
- E-Mail Address
-
Email your questions to carla.brawley@faa.gov
(carla.brawley@faa.gov)
- Description
- CONSTRUCT REMOTE TRANSMITTER/RECEIVER (RTR) SITE AT NEW ORLEANS INTERNATIONAL AIRPORT, NEW ORLEANS, LOUISIANA POINT OF CONTACT: CARLA BRAWLEY, Contracting Officer, 817 222-4331 The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for the above mentioned project. WORK WILL CONSIST OF, BUT IS NOT LIMITED TO THE FOLLOWING: Contractor shall demolish old, abandoned trailer and foundation. Demolish old, abandoned concrete tower foundations. Temporarily relocate EG shelter within site. Add fill to site (raise site up approximately 2 feet) to prevent flooding (Katrina flooding was approximately 1 foot over site) and construct new concrete masonry unit (CMU) RTR facility. Install four new tower foundations and install government furnished Antenna Products Towers, 4 each, 40 feet length towers at foundations. Relocate Engine Generator shelter on elevated slab (also 2 feet of fill). Install government furnished plant, fiber optic cable from Airport Traffic Control Tower (ATCT) to new RTR (24 strand). Install government furnished plant, fiber optic cable from ATCT to the other RTR site (24 strand). Interconnect two RTR sites with government furnished (12 strand) fiber optic cable. Construct 4 way 4" PVC concrete ductbank (estimated 1500 linear feet) with manhole spacing at 500 feet. Construct 2 way 4" PVC concrete ductbank to connect to airport existing ductbank system at closest point (estimated 850 linear feet with one pull-box). Total fiber optic run is approximately 8600 feet. 1.Contract performance time is 270 calendar days. 2.This procurement is a total set-aside for Small Business. 3.The North American Industry Classification System (NAICS) is 237990 and the small business size standard is $31 Million. 4.The dollar (bid) range for this project is between $500,000 and $1,000,000 5.The contractor is expected to perform at least 15% of the work using its own employees. 6.A mandatory pre-bid site visit is tentatively scheduled for December 18, 2007. The exact date, time, and location will be confirmed with those contractors cleared to receive solicitation packages. 7.Anticipated start date for project is late January or early February 2008. AN OFFEROR MUST MEET THE FOLLOWING GO/NO GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a.The contractor must have successfully completed similar projects both in dollar amount and scope, on an operational airport. b.The contractor must have delivered a quality product in the timeframe established by the contract. c.Contractors must have active registration in CCR before contract award can be made. Contractors can register at: http://www.ccr.gov/ d.Complete and submit attached DOCUMENT SECURITY NOTICE TO PROSPECTIVE OFFERORS NOTE: General contractors must provide a List of Employees and a List of Subcontractors as required by paragraph 1, items (b) and (c) on Page 2 of the Sensitive Security Information form. e.Complete and submit attached BUSINESS DECLARATION f.Submit REFERENCES, PAST PERFORMANCE - The contractor must provide the name of the facility where work was performed, contract number, along with a point of contact at the facility and telephone number This information MUST BE submitted with the request for specifications and plans. Contractors must submit their request for this package no later than 4:00 pm (CST) by November 30, 2007. Contractors must provide their company name, physical mailing address, telephone number and FAX number and complete and submit the two attached documents: FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994, or mail them to FAA/ASW-55, Attention: Carla Brawley, 2601 Meacham Blvd., Fort Worth, TX 76137-4296 NO TELEPHONE REQUESTS WILL BE ACCEPTED. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6227)
- Record
- SN01457807-W 20071128/071126223234 (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 |