Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 14, 2013 FBO #4373
DOCUMENT

99 -- Asbestos abatement and Boiler replacement ATCT (MIC) Crystal Airport, MN - Attachment

Notice Date
11/12/2013
 
Notice Type
Attachment
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Ft. Worth, TX)
 
Solicitation Number
DTFACN-14-R-00003
 
Response Due
11/26/2013
 
Archive Date
11/26/2013
 
Point of Contact
Michael Page, michael.page@faa.gov, Phone: 817-222-4339
 
E-Mail Address
Click here to email Michael Page
(michael.page@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified All Other Specialty Small Business Construction Contractors interested in providing offers for this project. Work will consist of, but is not limited to: Asbestos Abatement and Boiler replacement at the Air Traffic Control (ATCT) Tower (MIC) Crystal Airport, MN. 1. Asbestos Abatement in the ATCT Boiler room 2. Provide new Heating Hot water Boiler with controls 3. Provide Hot water piping and insulation Work will be done on an operational facility and the contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues to ensure uninterrupted operations. All work shall be in accordance with the plans and specifications. 1. This project is Set-Aside for Small Business Concerns to all Other Specialty Contractors. 2. Estimated contract duration is 14 days. 3. The North American Industry Classification System (NAICS) is 238990 all Other Specialty Contractors, The small business size standard is: $14.0 Million 4. The estimated offer range for this project is between: $50,000 and $100,000 5. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 6. Due to weather and the need to take the boiler out of service construction to begin no sooner than May 2014.. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. Complete and return the attached documents 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 ($50,000 and $100,000) and scope of this project. Contracts/projects must be either in process or within the last three (3) 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 System for Award Management (SAM) (before award can be made. Contractors can register at www.sam.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 michael.page@faa.gov, no later than 4:00 PM (Local Time) November 26, 2013. 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." If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/15288 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-14-R-00003/listing.html)
 
Document(s)
Attachment
 
File Name: SENSITIVE SECURITY INFORMATION (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34929)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34929

 
File Name: SPECIALIZED EXPERIENCE FORM (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34930)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34930

 
File Name: BUSINESS DECLARATION FORM (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34931)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34931

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03232238-W 20131114/131112234108-3d5265fd4fb1d3f104dfd087d7a2684c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.