SOLICITATION NOTICE
99 -- Market Survey for a Modular Concrete or Steel Building (Shelter)
- Notice Date
- 8/10/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-052 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-10-R-00138
- Response Due
- 8/20/2010
- Archive Date
- 9/4/2010
- Point of Contact
- Clarence Davis, 425-227-2938
- E-Mail Address
-
clarence.davis@faa.gov
(clarence.davis@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Markey Survey is for a Modular Concrete or Steel Building (Shelter) No telephone calls please. All questions must be in writing and FAXED or emailed to the Contracting Officer named below. This market survey is for informational purposes only. This is not a request for proposals (RFP) and the Federal Aviation Administration (FAA) is not seeking nor will it accept unsolicited proposals. All costs incurred for responding to this market survey must be borne by the respondent without reimbursement from the FAA Western Logistics Service Area (WLSA). The nature of the procurement has yet to be determined. However, it is anticipated that the follow-on action to this market survey is to solicitation proposals and award of a firm fixed price design - build contract. Thus, all interested parties are encouraged to respond. The FAA is seeking information from industry on the development and refinement of the design - build specifications, estimated price information, determine whether commercial items exist and determine the level of competition, identify market practices and obtain comments on requirements. The FAA WLSA has a requirement to replace the Burley, Idaho VHF OMNIDIRECTIONAL RANGE (VOR-VOR RADAR) Shelter Building and Counterpoise. It is anticipated that the building will be made of concrete or steel, designed and built off-set (modular construction) and delivered to and installed on site with a contractor provided counterpoise. The VOR is located approximately five (5) miles northwest of Burley, Idaho on an asphalt road with 1500 foot dirt access road. The building must be at least 258 sq ft interior measurement and nine (9) ft interior high, meet all NEC, FAA, National and OSHA requirements for work space. The building must be capable of holding battery rack of 2 ft X 8 ft, office table of 3 ft X 4 ft with chair, five (5) each equipment racks of 2 ft X 30 inches and be rodent proof. No fiberglass, wood or plastic building will be accepted. The NAICS code is 236210. Central Contractor Registration (CCR) - all respondents are encouraged to enroll in CCR. This is the primary registrant database for the U.S. Federal Government. CCR collects, validates, stores and disseminates data in support of agency acquisition missions. You may enroll at www.ccr.gov. Please complete and return the attached Business Declaration form with your response. All responses to this market survey must be received no later than August 20, 2010. All responses should be emailed to clarence.davis@faa.gov or FAXED to (425) 227-1055. No telephone calls please.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-10-R-00138/listing.html)
- Record
- SN02234753-W 20100812/100810235211-3b9956908aae6e7fcc0f45d1faa165f6 (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 |