|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1997 PSA#1771Department of Transportation, Federal Aviation Admin. (FAA),
Procurement Branch, AWP-55, P.O., BOX 92007, WWPC., Los Angeles, CA.
90009-2007 Y -- REPLACEMENT OF THE SACRAMENTO AIR TRAFFIC CONTROL TOWER (ATCT)
AIR CONDITIONING SYSTEM, SACREMENTO, CA SOL DTFA08-97-R-04627 POC
Cynthia Alatorre Y -- The Federal Aviation Administration (FAA) has a
requirement for the replacement of the existing air conditioning system
water chillers at the Sacramento Air Traffic Control Tower (ATCT),
located at the Sacramento International Airport, Sacramento,
California. The contractor shall provide all labor, equipment (except
Government Furnished Materials), transportation and materials required
to replace the existing water chillers, pumps, and condensers. Work
shall include but is not limited to: the installation of air handling
units, condensing units, ductwork and accessories, piping, controls,
electrical work, concrete work, asbestos abatement and associate work.
All work shall be in strict accordance with FAA plans and
specifications. The period of performance is established for
seventy-five (75) calendar days with a lead time of seventy-five (75)
calendar days. The period of performance is mandatory and shall be
performed within this time frame. The FAA is currently accepting
requests for this project from five (5) known sources and in addition,
shall accept an additional ten (10) requests from the first responses
received from this announcement. All requests must be submitted in
writing and may be FAXed to the attention of Cynthia Alatorre, FAX
number (310) 536-8550. NO TELEPHONE REQUESTS SHALL BE ACCEPTED. NOTE:
Request for Offers (RFO) shall be issued to offerors that have met and
fulfilled the Pre-Qualification Criteria as required in the Screening
Information Request (SIR) for this procurement request. An evaluation
of potential bidders shall be performed prior to issuing the RFO and
shall be based on the following factors: 1) Past Performance and
References if similar work performed, 2) Financial Capacity, 3) Credit
References, 4) Technical Expertise with a minimum of five (5) years
direct responsibility for the installation of air conditioning systems
involving reciprocating water chillers of at least 15 ton capacity and
experience with the installation of chilled water system involving the
installation of piping, pumps, accessories and direct digital
controls, and 5) Bonding Capacity of $250,000 to $500,000. The Standard
Industrial Classification (SIC) for this procurement is 1711 and
includes an estimated price range of $250,000 and $500,000. This notice
BELOW is 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 programs to assist minority, women-owned and disadvantaged
business enterprises to acquire short-term working 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 Lending Programs
(STLP), at prime interest rates to provide accounts receivable
financing. The maximun line of credit is $500,000. For further
information regarding the bonding and lending programs, please call the
DOT Office of Small and Disadvantaged Business Utilization at (800)
532-1169. (0027) Loren Data Corp. http://www.ld.com (SYN# 0171 19970129\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|