SOLICITATION NOTICE
99 -- MARKET SURVEY / SOURCES SOUGHT CONSTRUCTION OF NAVAIDS FACILITIES ON RUNWAY 1 AND 19 AT THE NEW AIRPORT IN ST. GEORGE, UTAH.
- Notice Date
- 4/30/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- 9462
- Response Due
- 5/5/2010
- Archive Date
- 5/20/2010
- Point of Contact
- Blaise Ungerman, 425-227-2931
- E-Mail Address
-
Blaise.Ungerman@faa.gov
(Blaise.Ungerman@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- I. PURPOSE: The Federal Aviation Administration (FAA), Northwest Mountain Region, is conducting a Market Survey / Request for Information to improve the Government's understanding of the current marketplace and to identify qualified and capable sources. This is not a Screening Information Request or Request for Offer of any kind. Responses to this market survey will be used to determine if adequate competition exists to set the requirement a-side for certified Small Economically Disadvantaged Businesses (SEDB) / 8(a) program, Service-Disabled Veteran Owned Small Business (SDVOSB), or Small Businesses in lieu of opening the acquisition up for full and open competition. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey. Therefore, any costs associated with vendor's market survey submissions will be solely at the interested vendor's expense. II. SCOPE OF WORK: The Federal Aviation Administration (FAA), Northwest Mountain Region, intends to solicit and award a firm-fixed price construction contract for the installation of NAVAIDS Facilities on Runway 1 and 19 at the new St. George, Utah Airport. The contractor shall provide all labor, supervision, materials, and equipment to perform the project, in accordance with the contract clauses, drawings and specifications. Work under this project consists of, but is not limited to, the following: 1) Localizer Type Directional Aid (LDA) for Runway 19 2) Distance Measuring Equipment (DME) for Runway 19 3) Glide Slope (GS) for Runway 19 4) Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) for Runway 19 5) Precision Approach Path Indicator (PAPI) for Runway 19 and Runway 1 (1 each) 6) Runway End Identifier Lights (REIL) for Runway 1 III. RESPONSES TO THIS MARKET SURVEY: Responses must be limited to five (5) pages. The Business Declaration Form does not count towards the page count. To assist the FAA in its acquisition planning, interested firms are requested to provide the following information: 1) BUSINESS DECLARATION FORM (see attached): (a)Name of company (b)Address (c)Phone and Fax number (d)Point of contact (e)Email address (f)Business size status: 8(a), Small Business, SDVOSB, VSB, etc. (g)Verification of registration in the Central Contractor's Registration (CCR) (h)Any other pertinent information 2) CAPABILITY STATEMENT (Past Performance / Experience): (a)Project title, description of previous contracts (b)Past Experience working on Airports, Runways, and/or other Federal Government Construction Contracts (c)Project size and type similar in magnitude and complexity. (d)Number of Projects as Prime Contractor (e)Percentages of work Subcontracted (f)Contract Dollar Values (g)Type of services provided by your firm (h)Number of years in business (i)Any other pertinent information Please submit responses to the market survey by close of business (4:00pm, PDT) on May 5, 2010. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email at: Blaise.Ungerman@faa.gov, or by fax to: 425) 227-1055. Non-electronic submittals should be sent to: Federal Aviation Administration Attn: Blaise Ungerman, Contract Specialist, ANM-521601 Lind Ave. S.W.Renton, WA 98057 PRELIMINARY SCHEDULE: Period of performance is 90 calendar days from notice to proceed, with an anticipated Construction start date sometime in late June or early July, 2010. NAICS Code: 237130, which has a SBA size standard of $33.5 Million. The estimated price range for this procurement is between $1,000,000 and $2,000,000. The Request for Offers (RFO) package for this project will be available on or around MAY 10, 2010. -------------------------------------------------------------------------------- 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 programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. The complete RFO with all applicable specifications and drawings will be posted to the FAA Contract Opportunities site only. If you are viewing this announcement from another website, please be sure to view the original announcement at: https://faaco.faa.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/9462/listing.html)
- Record
- SN02136813-W 20100502/100430234909-196c075e1c1bfbb6cac0cd2d9129dc55 (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 |