Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOURCES SOUGHT

99 -- Submersible Cable Install to service MALSR Runway 13 @ La Guardia Airport located in Flushing NY

Notice Date
9/8/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Eastern Region, FEDERAL AVIATION ADMINISTRATION, AEA-55A AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
7128
 
Response Due
9/15/2008
 
Archive Date
9/30/2008
 
Point of Contact
Maria Rosu, (718) 553-3084<br />
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation (FAA) Eastern Region Logistics Service Area is seeking qualified vendors to install two government furnished submersible cables to service the MALSR Runway 13 at LGA. The New Government Furnished Cable shall be placed on the bottom of the channel in Bowery Bay and held in place using sand bags. The old cable will be abandoned in place so as not to disturb the sediment on the channel bottom. The power cable in this section is a submersible power cable spanning the gap in the wood pier between Stations 3 & 4 for the Runway 13 Medium Intensity Approach Lighting System (MALSR). The project will solely involve the installation of the new Power Cable and a reconnection of two light stations, within Riker's Island Channel with approximately 200 feet of cable that will simply be laid on the sea floor 56 feet below the water surface. The power cable in this section is a submersible power cable spanning the gap in the wood pier between Stations 3 & 4 for Runway 13 Medium Intensity Approach Lighting System (MALSR). All offerors submitting a bid must be registered and active in the Central Contractor Registration (CCR) Data Base or must be before award. Estimated Range $200,000 - $235,000 NACIS Codes238990 Specialty Trade Contractors238210 Electrical Contractors Request for Offer Pricing due 4:00 p.m. Eastern Standard Time, September 18, 2008 Evaluation Factors Financial Capability Documentation Successful Financial Capability will be evaluated based upon import from Offeror's financial institution. Offeror shall provide a letter from his/her financial institution indicating credit worthiness of company and financial capability. (Example: Average monthly balances and line of credit). Offeror shall provide banking documentation to support a satisfactory rating from their financial institution. Offeror shall have adequate financial resources to perform the contract. Offeror's financial history to include commitments to all current contracts and reflect a monthly bank balance or line of credit exceeding $235,000.00. Offeror shall provide a letter from his/her financial institution regarding credit worthiness of company and financial capability. (Example: Average monthly balances and line of credit). Insurance Requirements Offeror shall provide insurance eligibility from companies authorized to do work in the state of New York and shall cover all operations under the contract whether performed by Contractor or by his Sub-contractors. 1.Commercial General Liability InsuranceCommercial General Liability Insurance on an occurrence basis with the following limit: $5,000,000 (General Aggregate, Products, Completed Operations, each occurrence) 2.Automotive Liability for Bodily Injury and Property DamageAutomobile Liability Insurance shall be provided for claims arising out of the operation of owned, non-owned and hired automobiles and trucks. The minimum amount of such insurance shall be Combined Single Limit of $5,000,000. 3.Contractor's Protective LiabilityThe preceding policies must be written as to include contingent bodily injury and contingent property damage coverage for claims rising from the operations of a subcontractor. 4.Marine Protection and Indemnity InsuranceProvides coverage for bodily injury and property damage liability excluded under standard Commercial General Liability Insurance Coverage. Coverage includes protection of wharfs, Piers, docks, bridges and harbors; bodily injury; cost of removing the wreck if ship is sunk; and the cost of disinfecting and quarantining a ship or vessel, etc. The minimum amount of such insurance shall be $25,000,000. 5.Workmen's CompensationWorkmen's compensation - Statutory Limits for New York State 6.Longshore and Harbor Workers Comp Act Coverage - Statutory Limits 7.For General Liability and Automobile Liability, the Federal Aviation Administration and the Port Authority of NY & NJ must be included as an additional insured. (The Certificate Holder is not the additional Insured unless it says so.) 8.PANYNJ Immunity Clause Requirement:The certificate of insurance and liability policies MUST contain the following endorsement for the above liability coverage's: "The insurer(s) shall not, without obtaining the express advance written permission from the General Counsel of the Port Authority, raise any defense involving in any way the jurisdiction of the Tribunal over the person of the Port Authority, the immunity of the Port Authority, its Commissioners, Officers agents, or employees, the governmental nature of the Port Authority, or the provisions of any statutes respecting suits against the Port Authority" Offers will be accepted from only those qualified offerors that have attended the mandatory pre-proposal site-visit conference. The mandatory pre-proposal site-visit conference is scheduled for Friday, September 12, 2008 @ 10:30 a.m. at La Guardia Airport - Flushing NY Central Terminal. Only those offerors who receive the SIR will be permitted at the pre-proposal site-visit walk-thru conference. The pre-proposal site-visit conference will assure offerors a full understanding of the FAA's requirements. Additionally, companies must have at least five (5) years experience in providing scuba diver services. Requests shall be faxed to 718-995-5685, Attn: Maria Rosu, no phone requests or e-mail requests will be accepted. Bel Air Electric Construction Inc., Walker Diving Inc. Gramercy Group Inc. and Corporate Electric Inc.have been identified as capable of satisfying this requirement and will be provided a copy of the SIR.. Evaluation Factors Financial Capability Documentation Successful Financial Capability will be evaluated based upon import from Offeror's financial institution. Offeror shall provide a letter from his/her financial institution indicating credit worthiness of company and financial capability. (Example: Average monthly balances and line of credit). Offeror shall provide banking documentation to support a satisfactory rating from their financial institution. Offeror shall have adequate financial resources to perform the contract. The estimated total cost of this project is between $235,000.00Offeror's financial history to include commitments to all current contracts and reflect a monthly bank balance or line of credit exceeding $235,000.00. Offeror shall provide a letter from his/her financial institution regarding credit worthiness of company and financial capability. (Example: Average monthly balances and line of credit). Insurability Documentation Insurability Offeror shall provide insurance eligibility from companies authorized to do work in the state of New York and shall cover all operations under the contract whether performed by Contractor or by his Sub-contractors. 4.Commercial General Liability InsuranceCommercial General Liability Insurance on an occurrence basis with the following limit: $5,000,000 (General Aggregate, Products, Completed Operations, each occurrence) 5.Automotive Liability for Bodily Injury and Property DamageAutomobile Liability Insurance shall be provided for claims arising out of the operation of owned, non-owned and hired automobiles and trucks. The minimum amount of such insurance shall be Combined Single Limit of $5,000,000. 6.Contractor's Protective LiabilityThe preceding policies must be written as to include contingent bodily injury and contingent property damage coverage for claims rising from the operations of a subcontractor. 9.Marine Protection and Indemnity InsuranceProvides coverage for bodily injury and property damage liability excluded under standard Commercial General Liability Insurance Coverage. Coverage includes protection of wharfs, Piers, docks, bridges and harbors; bodily injury; cost of removing the wreck if ship is sunk; and the cost of disinfecting and quarantining a ship or vessel, etc. The minimum amount of such insurance shall be $25,000,000. 10.Workmen's CompensationWorkmen's compensation - Statutory Limits for New York State 11.Longshore and Harbor Workers Comp Act Coverage - Statutory Limits 12.For General Liability and Automobile Liability, the Federal Aviation Administration and the Port Authority of NY & NJ must be included as an additional insured. (The Certificate Holder is not the additional Insured unless it says so.) 13.PANYNJ Immunity Clause Requirement:The certificate of insurance and liability policies MUST contain the following endorsement for the above liability coverage's: "The insurer(s) shall not, without obtaining the express advance written permission from the General Counsel of the Port Authority, raise any defense involving in any way the jurisdiction of the Tribunal over the person of the Port Authority, the immunity of the Port Authority, its Commissioners, Officers agents, or employees, the governmental nature of the Port Authority, or the provisions of any statutes respecting suits against the Port Authority" Within ten (10) calendar days after Notice of Award, the Contractor shall promptly furnish to the Contracting Officer written evidence from the insurer that the required insurance is in effect and that it complies with the requirements of this clause. The certificate shall be an "ACORD" certificate with the contract number, job location and the following PANYNJ number: M-499 typed on this certificate. Also, this insurance is to be for this project only and for no other project(s) that the successful bidder has.The Government will not allow or permit any agent, independent Contractor or subcontractor to commence work on the premises until the evidence of insurance required has been received and approved by the Contracting Officer. Past Performance Successful past performance will be evaluated based upon input received from offerors' clients that are familiar with the work ethic and standards of the offeror. Offerors will be evaluation as to whether their company has track records of quality work, timeliness of performance, satisfied customers and demonstrated cost and schedule control procedures. Key Personnel (1)Offeror Shall furnish a copy of the Project Supervisor's, the electrician's and the SCUBA diver's certifications and qualifications for review by the FAA CO. The Project Supervisor and SCUBA Divers must possess at least five (5) years experience. The electrician must be a New York City Master electrician. If a barge or other water vessel is to be used, the Offeror shall also furnish a copy of the Master's license for the vessel to be utilized for the project. Technical Qualifications Offeror SHALL furnish a copy of the current diver certifications 60 feet or less. Past Performance Offerors shall submit Past Performance Information from the last three (3) contracts completed of similar scope. Verified trade references shall be submitted to Maria Rosu, Contracting Officer. Each offeror will be evaluated on his/her performance as provided by offeror's trade reference. Performance information may be used for both responsibility determinations and as an evaluation factor against which offeror's relative rankings will be compared to assure best value to the government. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. Past Performance Information identified in Section L will be used to collect this information. References other than those identified by the offeror may be contacted by the FAA with the information received used in the evaluation of the offeror's past performance. The following definitions apply: Acceptable: The offerors' service satisfied the Government's minimum requirements as specified in the SIR. Few weaknesses, if any exit which are likely to affect overall program performance. Unacceptable: The offerors' service does not meet the minimum requirements as specified in the SIR. Expected performance is likely to be impacted by the Offerors' proposal. Offers will be evaluated in accordance with the SIR. Evaluation criteria include License Certification, Past Performance, Financial Capability, and Insurance Eligibility. The Government will make a single award to the responsible offeror who offers the lowest price, so long as the proposal conforms to the solicitation and is determined to be technically acceptable. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c01d6770c054c032a119e6fb274adf4b&tab=core&_cview=1)
 
Record
SN01662730-W 20080910/080908220534-c01d6770c054c032a119e6fb274adf4b (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.