SOLICITATION NOTICE
99 -- Replace HVAC at Meacham Airport Control Tower, Ft Worth, TX
- Notice Date
- 6/7/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-11-R-00062
- Response Due
- 8/1/2011
- Archive Date
- 8/16/2011
- Point of Contact
- Todd Butler, 817-222-4397
- E-Mail Address
-
todd.butler@faa.gov
(todd.butler@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for this project. Work will consist of, but is not limited to: The demolition of existing HVAC systems including (3) DX split serving 1st, 2nd, & 3rd Floors and (2) self-contained DX units serving the 4th, 5th, and Cab levels and Rooftop unit mounted on the Cab Roof.Existing HVAC systems be replaced with new split systems consisting of modular indoor air handling units (AHU), consisting of a 2" filter section, DX cooling coil section, supply air fan section. The outdoor unit will be an air cooled condensing unit. Heating for all units will be provided by electric, open-coil duct heaters.The existing hot water boiler system will be removed.The existing control system will be removed and replaced with a new DDC control system. Work will be done on an active airport and the contractor shall comply with all procedures, rules and regulations of the airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other issues to ensure uninterrupted airport operations. 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 60 days. 3. The North American Industry Classification System (NAICS) is 238220, Plumbing, Heating, and Air-Conditioning Contractors. The small business size standard is: $14 Million.4. The estimated offer range for this project is between: $500,000 to $1,000,000.5. 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 on 14 June 2011. 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 BE CONSIDERED FOR AWARD: 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 ($500,000 to $1,000,000) and scope of this project. Contracts/projects must be either in process or within the last 7 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. Project Manager must have advanced degree and 5 years' experience, or at least 10 years' experience and Project Superintendent must have at least 5 years' experienceThe 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/. "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/DTFACN-11-R-00062/listing.html)
- Record
- SN02466271-W 20110609/110607235056-3704b2b02e2a9b4bc19913a14961789e (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 |