Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
DOCUMENT

C -- Market Survey - Architect-Engineer Design Services for FAA EnRoute Facilities Planning & Modernization Program & Terminal Facilities Office Planning & Execution Program - Attachment

Notice Date
12/12/2017
 
Notice Type
Attachment
 
NAICS
#541330 — Engineering Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-540 CS - Central Logistics Service Area (Central)
 
Solicitation Number
28811
 
Response Due
1/2/2018
 
Archive Date
1/2/2018
 
Point of Contact
Mary Higgins, mary.higgins@faa.gov, Phone: 817-222-5526
 
E-Mail Address
Click here to email Mary Higgins
(mary.higgins@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This public announcement is a market survey. The responses to this announcement will be used for informational purposes only. This is not a screening information request or request for proposal. The purpose of this market survey is to solicit capability statements to determine the marketplace ability to provide professional services of an architectural and engineering nature, and to ascertain if there are small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms that can provide the described items and services. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any cost associated with submitting a response to this market survey is solely at the responding vendor ™s expense. Background: The mission of the FAA Terminal Facilities Planning and Execution Team and EnRoute Facilities Planning and Modernization Team is to modernize and sustain the air traffic control and radar approach facilities which comprise almost 400 million gross square feet in the FAA regions. The capital investment program has the following objectives: a.To complete construction of replacement projects, existing modernization projects and b.To maintain existing structures at a functionally-acceptable condition level. Current major projects include renovations which focus on maintenance backlog reductions, mitigation of risks to operations which are facility-based, abatement and rehabilitation of administrative offices and training/classroom facilities, and critical infrastructure backlog projects which include roofing, plumbing, electrical distribution HVAC systems, and life safety issues. This Statement of Work (SOW) specifies the Architect and Engineer (A-E) design services required by the Federal Aviation Administration ™s for the following two programs: a.(FAAs) EnRoute Facilities Planning and Modernization Program. The EnRoute Facilities Planning & Modernization Program supports EnRoute Air Traffic operations and service level availability through facility life cycle program management of the 21 Air Route Traffic Control Centers (ARTCCs), the Combined EnRoute Radar Approach Control Facilities (CERAPs) at San Juan and Guam and other FAA owned, operated, or sponsored facilities. b.(FAAs) Terminal Facilities Office Planning and Execution Program, supports the construction of new and replacement of Airport Traffic Control Tower (ATCT) and Terminal Radar Approach Control (TRACON) facilities within the National Airspace System (NAS). The Facilities Office also supports the repair, maintenance and upgrading of these facilities throughout their lifecycles. The two roles are generally referred to as śReplace ť and śImprove ť. By fulfilling these roles, the Facilities Office seeks to improve the safety, reliability and efficiency of the air traffic system. Types of facilities: The Contractor must provide A-E Services for the following types of facilities: żAir Route Traffic Control Centers (ARTCCs), which are facilities responsible for controlling aircraft enroute in a particular volume of airspace at high altitudes between airport approaches and departures. żCombined EnRoute Radar Approach Control Facilities (CERAPs), which manage aircraft arrivals and departures, as well as limited aircraft transits in specified areas. żAir Traffic Control Towers, associated base buildings TRACONs and Consolidated TRACONS. żOther FAA owned, operated, or sponsored facilities. Many facilities in the NAS operate 24 hours per day and provide services critical to safety; therefore, work performed on or near operational facilities or equipment, must be planned and conducted in a manner that minimizes or eliminates deterioration in the quality or quantity of services provided to the NAS. This may require, among other adaptations, working during non-standard business hours or using non-standard techniques to eliminate noise, obstructions to visibility from ATCTs and shut down of equipment essential to operations. The continued operation of all equipment in the NAS and the safety of life and property are paramount considerations in all work conducted under this contract. Scope of work: The Contractor must provide all necessary labor, materials, equipment, services, and facilities for Architect and Engineer (A-E) services necessary to support the FAA ™s National Airspace System (NAS) and Capital Investment Plan (CIP). All work will be ordered by the Contracting Officer using Task Orders. Task Orders will identify the scope of work, schedule, deliverables, and acceptance criteria. The objectives of this contract are to obtain the following AE services: Design new and replacement facilities Design reviews Update and maintain standard designs package Forecast lifecycle costs for new and existing facilities Terminal system support Facilities engineering support Design and construction support Engineering studies Risk management Contract management, administration, and development assistance of general contractor Scheduling support Investment Analysis and Business Case Development Design/Build of modifications to existing facilities Inspection and assessment of new and existing facilities Cost Estimating Configuration Management Performance Management Facilities and Airspace Engineering and Design Support Construction Management Support Whole Building Commissioning Services The Principal North American Industry Classification System (NAICS) size standard code for this requirement is 541330 “ Engineering Services with a size standard of $15.0 mil. Capability Statement: All responders must provide a Capability Statement that addresses the following (in order): a.Geographic location “ The firm must be located within a 30 - mile radius of the FAA Headquarters (HQ) Building in Washington, D.C. and be accessible via public transportation. If a firm does not have an office located within a 30-mile radius of FAA HQ, please provide firm ™s capability to establish a local office within 30 calendar days after contract award. b.A brief description of your company ™s expertise and qualifications for providing architectural and engineering services. Disciplines in house to include, but are not limited to, structural, electrical, mechanical and fire protection. Include the number of years ™ experience in providing services. All disciplines must be represented within the firm mentioned above and the office must include a conference room capable of hosting 20 “ 30 people. c.Identify services provided under previous contracts that are similar in scope to work type listed above. d.Identify your firm ™s programmatic approach (access to additional resources, skills, subcontractors, etc) if necessary to peform the anticipated work. Responding vendors must provide the following: a.Capability statement as defined above; b.Copy of SBA 8(a) Certification Form and/or proof of service-disabled veteran-owned small business status (if applicable); c.Company point(s) of contact, telephone number(s), email address(es) and mailing address; and d.Verification of registration in System for Award Management (SAM) “ provide copy of SAM entity record in submission NOTES: Submissions must be emailed to Mary Higgins @ mary.higgins@faa.gov and are limited to 20 pages in length. Only Electronic submissions will be accepted. The electronic submission should be in either Microsoft Word or portable document format (PDF) format. Due to size limitations, any files over 25MB should be submitted in multiple emails. Only one submission per responding firm will be accepted. Please include the announcement number and title in the email subject line. All submissions must be received by 5:00 PM CT on Tuesday, January 2, 2018. All communications with Contracting Officer must be submitted in writing. If you have any questions regarding this market survey, please contact Mary Higgins @ mary.higgins@faa.gov. The Contracting Officer will verify receipt of submissions with each responding firm. Submissions will not be returned. Since this is not a screening information request or request for proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on the FAA Contract Opportunities website. It is the vendor ™s responsibility to monitor the website for release of the solicitation. If you are viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original. The attached Market Survey file provides the same information in the abstract. 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/28811 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/28811/listing.html)
 
Document(s)
Attachment
 
File Name: Market Survey (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/84495)
Link: https://faaco.faa.gov/index.cfm/attachment/download/84495

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04764453-W 20171214/171212231216-09cbbb962e56d3720eb96766b717e042 (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.