SOLICITATION NOTICE
Z -- The Federal Aviation Administration (FAA) has a requirement for the Runway 4R Glide Slope (GS) Engine Generator (EG) Shelter Replacement at Logan International Airport, located in Boston, MA.
- Notice Date
- 6/18/2020 6:49:56 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-20-R-00110
- Response Due
- 7/31/2020 3:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Amanda J Garen
- E-Mail Address
-
amanda.j.garen@faa.gov
(amanda.j.garen@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- /////////////////////////////////////////////////////////////////////////////////////////////////////// Amendment 0001 posted on 6/18/2020 See formal SF30 Amendment titled ""6973GH-20-R-00110 Amendment 0001"" in�the attachments/links section. This amendment makes changes to the solicitation as�detailed in page 1 of the amendment which states: Due to the COVID-19 virus, FAA site visits have been suspended. The purpose of this�Amendment is to extend the SIR close date from�6/26/2020 to 7/31/2020 at 5:00 pm�CST to accommodate a site visit once the suspension has lifted. All Offerors are required to acknowledge this amendment and provide a signed copy�of the amendment (SF30) with their bid submission. If this amendment is not�acknowledged or signed, the bid will be considered non-responsive. /////////////////////////////////////////////////////////////////////////////////////////////////////// The Federal Aviation Administration (FAA) has a requirement for the Runway 4R Glide Slope (GS) Engine Generator (EG) Shelter Replacement at Logan International Airport, located in Boston, MA. Please see attachments for specifics. The Acquisition Management System (AMS) applies to FAA in place of the�Federal Acquisition Regulation�(FAR) and various other provisions of Federal acquisition law. The contractor is responsible for furnishing all materials, equipment (unless noted otherwise in the contract documents) labor, transportation, insurance, notifications, licenses, permits, fees and supervision necessary to perform the work described in the attached Specifications, Drawings, and other attachments posted to this SIR. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation. Site visit instructions can be found in the SIR, Section L, clause 3.2.2.3-63 Site Visit (Construction). � All questions regarding the project/specifications/drawings must be received in writing to amanda.j.garen@faa.gov no later than 5:00 p.m. CST on June 12, 2020 to allow for responses to be provided prior to due date for receipt of proposals. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers June 26, 2020. Reference AMS Clause 3.3.1-33 in the SIR, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� In addition, offerors must complete and return the attached forms by closing date. The forms are provided as separate documents under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Mailed Proposals must be received by Amanda J Garen no later than 5:00 p.m. CST, June 26, 2020. E-mailed proposals (preferred method) shall be sent to amanda.j.garen@faa.gov and must contain 6973GH-20-R-00110 as part of the e-mail subject line. Any responses received after 5:00 p.m. CST, June 26, 2020, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of submittal vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFP should be directed to Amanda J Garen, Contract Specialist, amanda.j.garen@faa.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/151a8ff0961b498bb7641ac76c0f6c46/view)
- Place of Performance
- Address: Boston, MA, USA
- Country: USA
- Country: USA
- Record
- SN05695611-F 20200620/200618230159 (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 |