SOURCES SOUGHT
99 -- Establish Medium Intensity Approach Lighting System with Sequenced Flashers (MALSF) . Runway 34 at Arlington Municipal Airport, Arlington, Texas
- Notice Date
- 4/26/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-55 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-10-R-00062
- Response Due
- 4/30/2010
- Archive Date
- 5/15/2010
- Point of Contact
- Carla Brawley, (817) 222-4331
- E-Mail Address
-
carla.brawley@faa.gov
(carla.brawley@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: Establish Medium Intensity Approach Lighting System with Sequenced Flashers (MALSF). Runway 34 at Arlington Municipal Airport, Arlington, TexasName: Carla Brawley, Contracting OfficerOrganization: ASW-52Region: Southwest Region (ASW)Phone Number: 817-222-4331E-mail: Carla.brawley@faa.govDate: 04/26/10Archive Date: 04/30/10Sol/Contract No: DTFASW-10-R-00062Phase: Complex NoncommercialProcurement Method: Request for Offer - SIR PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for this project. The work will include but is not limited to: 1.Site clearing, tree removal, fill, grading and drainage2.Install concrete foundations for light stations, equipment shelter3.Install government furnished property including LIR poles, light bars, flashers, control cabinets, junction boxes and equipment shelter4.Provide underground ducts (with concrete encasement where required) and handholds/pullboxes to MALSF light stations5.Provide horizontal directional boring installations for power and control conduit/wiring6.Install access roadway/parking (asphalt & concrete) 7.Remove Runway 34 Runway End Identifier Lights (REILS) All work shall be in accordance with the plans and specifications. 1. This project is a total set-aside for Small Business Concerns. 2. Estimated contract duration is 90 calendar days. 3. The North American Industry Classification System (NAICS) is 237990, Other Heavy and Civil Engineering Construction The small business size standard is: $33.5 Million.4. The estimated offer range for this project is between: $ 500,000.00 and $1,000,000.005. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees.6. A mandatory site visit will be conducted the week of May 17, 2010. The date, time, location, and point of contact will be provided with the solicitation package. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: (There Are (3) documents to submit) a. Complete and return the attached Business Declaration and Document Security Notice to Prospective Offerors.b. Offerors must have the following minimum experience and provide the following information to substantiate the experience: A listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size range ($ 500,000.00 to $1,000,000.00) and scope of this project. Scope is described above. Using a similar format to the attachment, provide specific information for each project submitted. All projects submitted, must be either in progress or done in the past (5) years.The information provided will be used as part of the responsibility determination.NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. 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 e-mail them to Rebecca.Lawrence@faa.gov, no later than 3:30 PM (Local Time), May 3, 2010. Requests received after this date and time will not be honored. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFASW-10-R-00062/listing.html)
- Record
- SN02132232-W 20100428/100426234941-b54c0b86393339bb6bde38a5e2729ed6 (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 |