SOURCES SOUGHT
99 -- Installation of an Elevated Platform at the Shreveport LA RVR Site
- Notice Date
- 7/15/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-10-R-00100
- Response Due
- 7/21/2010
- Archive Date
- 8/5/2010
- Point of Contact
- Kathy Snell, 817-222-4657
- E-Mail Address
-
kathy.snell@faa.gov
(kathy.snell@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) is seeking competent and qualified 8(a) Small Business Contractors interested in providing offers for the work associated with the Installation of an Elevated Platform at the Shreveport LA RVR Site. The work includes but is not limited to the following: The contractor shall provide all labor, materials, equipment, transportation, and services, required to perform the requested work, which includes, but is not limited to the following at the Shreveport(SHV), LA RVR site: The contractor shall construct a 6'x6'elevated metal platform on an existing concrete slab. The platform shall be located next to and adjacent to an existing fiberglass equipment pole and an existing equipment rack, respectively. The platform shall be constructed using standard "C" Channel and angle iron structural components. Structural component type, dimensions and other requirements are listed on the attached drawings. The platform shall be supported by 2.5"x2.5" angle iron. The platform deck shall be located four (4) feet above an existing concrete slab. Access to the platform deck shall be via a set of contractor furnished and installed metal stairs. The contractor shall be required to install a 42" high safety rail around three (3) sides of the platform. The contractor shall relocate to the new platform, three (3) existing metal boxes (or RVR boxes). The contractor shall install (on the platform) three 8"x8"x4" NEMA 3R junction boxes. The boxes shall be used as transition/tie points where existing cables (power and control) will tie into new cables. The contractor shall also provide and install conduit and conduit bodies ("LBs", box connectors, etc.). The conduit shall run from the j-boxes to the relocated RVR boxes from the J-boxes After construction of the platform, and relocation of the RVR boxes, and existing cables; the contractor shall be required to remove the existing equipment rack. All work shall be in accordance with the plans and specifications. 1. The solicitation will issue on/or about July 26, 2010. 2. Contract performance time is 7 days. 3. This is a competitive 8(a) Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 238210 and the small business size standard is $14.0 Million. 5. Contractor is expected to perform at least 25% of the work utilizing the contractor's own employees. 6. The dollar range for this project is between $10,000.00 and $20,000.00. 7. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package. An Offeror must meet the following Go/No-Go criteria in order to receive a solicitation package: (all 2 documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration, to include a copy of your certification letter from the SBA. 2. Complete and return the Past Performance/Specialized Experience document. Offerors must have the following minimum experience and provide the following information to substantiate their experience. Submit a minimum of three (3) past or current contracts/projects your firm has performed with the same size range and similar in scope to this project (scope of work is described above). All projects submitted, must be in progress or completed within the last five (5) years. Offerors are to ensure that if their work included subcontractors that this information is all provided on the form. Offerors are encouraged to fully complete the experience form in order to be considered responsive. Missing or lacking information will results in a No-Go and Offeror may or may not receive the opportunity to provide additional information. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on July 21, 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-00100/listing.html)
- Record
- SN02206997-W 20100717/100715235204-fc81c9e6870c6491df599ec0cb426f70 (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 |