SOURCES SOUGHT
99 -- This project is a small business set-aside - Mechanical Sustain Project, Chicago ARTCC, Aurora, Illinois
- Notice Date
- 12/19/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-13-R-00110
- Response Due
- 1/3/2013
- Archive Date
- 1/18/2013
- Point of Contact
- Melody McGovern, 847-294-7347
- E-Mail Address
-
melody.mcgovern@faa.gov
(melody.mcgovern@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This project is considered a small business set-aside. The FAA is seeking experienced firms to provide all labor, material, equipment, tools, supervision and transportation to provide the scope of work as follows: SCOPE: This project covers the Sustain - Mechanical work at the Chicago ARTCC in Aurora, Illinois. The work includes, but is not limited to, the following: Part A: Administration Wing Sewer Replacement: 1.Remove existing exposed sanitary sewer system in the Administration Wing Basement and replace with new PVC piping system. 2.Sanitary drainage piping shall be Schedule 40 PVC for piping smaller than six (6) inches in diameter and Schedule 80 PVC for piping six (6) inches or larger in diameter. 3.Provide one (1) inch thick fiberglass insulation with PVC jacketing for the six (6) inch riser in Room B101B, south-east corner 4.Provide fire-stopping seals for pipe penetrations in walls between Rooms B112 and B113B, and between Rooms B115 and B117, as required by the drawings and specifications. 5.Modify existing or provide new piping supports for the new sanitary sewer piping system. 6.All other work as indicated on drawings ZAU-D-ARTCC-M209 through ZAU-D-ARTCC-M211. Part B: Upgrade AHU-510 & AHU-515, Replace AHU-520: 1.Replace existing motors and associated supports for AHU-510 and AHU-515. 2.Replace existing fan shafts, sheaves, pulleys, belts, guards, bearing assemblies, grease hose fittings and all required components for AHU-510 and AHU-515. 3.Re-balance AHU-510 and AHU-515 to provide required airflow as shown on drawing for matching existing design conditions. 4.Repair any damage for AHU-510 and AHU-515 fan housing pan. 5.Replace existing AHU-520, complete with a new VFD (variable frequency drive). Replace partial ductwork for outside air, return air, and supply air system. Re-insulate ductwork to match existing. 6.Replace existing chilled water control valve and piping station and provide insulation for new piping. Modify piping supports as required. 7.Transfer all existing DDC (direct digital control) points from existing to new AHU-520. 8.Provide new DDC points for AHU-520 and re-program the DDC system with new sequences of operation. Update the DDC graphics as required. 9.Provide new temperature, pressure sensors, gauges, and devices for the AHU-520 as shown on drawing ZAU-D-ARTCC-M212. 10.Re-balance AHU-520 for new design conditions. 11.Modify and repair any damage of duct work and insulation as required. 12.All other work as required in the specifications and indicated on drawings ZAU-D-ARTCC-M212. The estimated price range for this procurement is between $100,000.00 and $250,000.00. NAICS Code is 236220. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov ANTICIPATED RELEASE OF RFO ON OR ABOUT JANUARY 14, 2013. THERE WILL BE A MANDATORY SITE VISIT - DATE AND TIME WILL BE ANNOUNCED IN THE SOLICITATION. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS. INTERESTED FIRMS MUST COMPLETE AND SUBMIT ATTACHED BUSINESS DECLRATION FORM ALONG WITH A LETTER OF INTEREST. General contractors must submit their interest for subject project on letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact by no later than January 3, 2013, 2012, 4:00 p.m. (CST). Please mail your request to Melody McGovern, FAA, AAQ-520, 2300 East Devon Avenue, Des Plaines, IL 60018. Letter of interest may be sent electronically to melody.mcgovern@faa.gov and Dennis.ctr.shub@faa.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 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 Disa
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00110/listing.html)
- Record
- SN02952344-W 20121221/121219234918-77654b40e41604d351111398a7d49e6d (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 |