Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOURCES SOUGHT

Z -- MARKET SURVEY: CONSTRUCTION - ARB Restroom Renovation at the Mike Monroney Aeronautical Center, Oklahoma City, OK

Notice Date
3/16/2020 9:12:48 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
ARBRestroomRenovation
 
Response Due
3/27/2020 12:00:00 PM
 
Archive Date
04/11/2020
 
Point of Contact
Stephanie Riddle, Phone: 405-954-7805
 
E-Mail Address
stephanie.riddle@faa.gov
(stephanie.riddle@faa.gov)
 
Description
This is a market survey for a construction project titled: ARB Restroom Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. Base Bid -�ARB Restroom Renovation: Construction for the renovation of the restrooms on all four (4) floors of the ARB building to bring the restrooms to ADA code compliance including new fixtures and finishes. Option 1: Wall Paneling - Provide and install new wall paneling at designated corridor walls. Option 2: Wall Paneling - Provide and install new wall paneling at additional designated corridor walls. Option 3:�Demolish ceiling tiles and grid system, HVAC diffusers, light fixtures and temporarily remove ceiling mounted fire and safety fixtures at designated basement corridors.� Provide new ceiling panels and grid system with new HVAC diffussers. Option 4:�Provide an 8 foot diameter epoxy terrazzo floor logo (compass rose with aircraft linework) within the approximate 8-foot by 8-foot first floor corridor central area. Option 5:� Provide a floor applied logo (compass rose with aircraft image) within the 8-foot x 8-foot first floor corridor central area. The estimated price range for this project is $1,000,000 to $4,000,000. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, and 8(a) certified firms, capable of providing the required construction services. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among service-disabled veteran-owned small businesses or 8(a) certified firms. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction.� The business size standard for this NAICS is $39.5 million. Contract award will be based on a Low-Price/Technically-Acceptable evaluation using Past Performance review standards. The following information shall be provided by interested vendors: 1. Capability Statement - This document should identify: �� � � � Type of services provided by firm, �� � � � Size and type of services provided by previous contracts (provide detailed information and past performance), �� � � � Number of years in business Respondents must be active in the System for Award Management (SAM) (www.sam.gov). All responses to this market survey must be received by Friday, March 27, 2020, 2:00 p.m. CT.�� All submittals should be submitted by email to: stephanie.riddle@faa.gov. � � �� The responses to this market survey will be used for informational purposes only.� This is not a screening information request or request for proposal of any kind.� The FAA is not seeking or accepting proposals at this time. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.� Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. �� NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises:� The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000.� For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6495b3c0a2604db49306b803e4a4558c/view)
 
Place of Performance
Address: Oklahoma City, OK 73125, USA
Zip Code: 73125
Country: USA
 
Record
SN05590651-F 20200318/200316230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.