SOURCES SOUGHT
99 -- Construct Air Traffic Control Beacon Interrogator (ATCBI-6)Facility
- Notice Date
- 6/3/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-10-R-00075
- Response Due
- 6/15/2010
- Archive Date
- 6/30/2010
- Point of Contact
- Jeri Bird, 817-222-4391
- E-Mail Address
-
jeri.bird@faa.gov
(jeri.bird@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified construction contractors interested in providing offers for this project. Work will consist of, but is not limited to: Install foundation footings and construct 30' X 30' masonry block equipment building. Install power panels, cable trays, conduits, grounding, sidewalks, and crushed stone surface throughout 160'X160" site. Install power and telco lines. Install and wire engine generator equipment in engine generator room. Install foundation footings and erect 47' steel antenna tower. Install 8' security fence around the 160'X160' perimeter of the facility. Install 16' crushed stone access road from tower site to airport access road. The construction site is located within the boundaries of the Santa Fe Municipal Airport and adjacent to, existing runway and taxiway safety and object-free areas. This is an active airport and the contractor shall comply with all procedures, rules and regulations of airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work access and hours, and other issues to ensure uninterrupted Airport operations. 1. This project will be procured by full and open competition. 2. Estimated contract duration is 180 days. 3. The North American Industry Classification System (NAICS) is 237130, Power and Communication Line and Related Structures Construction. The small business size standard is: $33.5 Million.4. The estimated offer range for this project is between: $1,000,000 to $5,000,000.5. 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 tentatively conducted the week of June 28, 2010. The date, time, location, and point of contact will be provided with the solicitation package. 7. Large Business Concerns - In accordance with AMS Clause 3.6.1-4, Small, Small Disadvantaged, Women-Owned and Service-Disabled Veteran Owned Small Business Subcontracting Plan, firms designated as a large business concern will be required to submit a subcontracting plan with the offer. Should an acceptable plan not be negotiated and approved within the time frame requested, the firm will not be considered further for award. For the purposes of this solicitation, and in accordance to AMS Clause 3.6.1-4, Subcontracting Plan, Paragraph (d)(1), the Federal Aviation Administration (FAA) Administrator has set the following subcontracting goals for all FAA projects: Small Business45%Small Economically Disadvantaged Business10%Woman-Owned Business 5%Service-Disabled Veteran Owned Small Business 3% AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: 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 ($1,000,000 to $5,000,000) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Similar work must include FAA Centers, Towers, or other life-critical facilities. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. The information provided will also 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) 222-5958 OR e-mail them to jeri.bird@faa.gov, no later than 4:00 PM (Local Time) 6/15/10. 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-00075/listing.html)
- Record
- SN02167484-W 20100605/100603235206-fe350ee6a1e02223f5d01d3d2b300a88 (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 |