Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS

Y -- CONSTRUCTION OF ADMIN. BASE BLDG. TO UPGRADE FIRE LIFE SAFETY (FLS) ATCT, READING REGIONAL AIRPORT, READING, PA.

Notice Date
June 5, 2001
Contracting Office
Federal Aviation Administration, Contracts Branch, Eastern Region, 1 Avaition Plaza, Jamaica, NY 11434-4809
ZIP Code
11434-4809
Solicitation Number
DTFA05-01-ANI-240
Response Due
June 29, 2001
Point of Contact
Agapito C. Dadiz, Contracting Officer, (718) 553-3088
Description
The Federal Aviation Administration (FAA) has requirement to construct a New Administrative Base Bldg., and to upgrade various Fire Life Safety (FLS) System at the exisitng Airport Control Tower (ATCT) at the Reading Regional Airport, Reading, Pennsylvania. Construction activities will take place on the existing ATCT site located within the Airport Operation Area (AOA). Security background checking will be required. The Administrative Base Bldg., is a one-story 1,200 square foot reinforced concrete masonry unit (SMU) structure with a steel joist supported flat roof with a new one-story 800 square foot link structure to connect the new base bldg. to the existing ATCT. Site preparation includes foundation excavation, erosion control, installation of geo-grid mat system, concrete foundations, and installation of new and/or relocation of existing underground utilities and manholes. Installation of a Class-B fire alarm system within the new base bldg. and link structure is also required. The ATCT FLS Upgrade includes the installation of a new CLass-A- fire alarm system and removal of the existing Class-B fire alarm system and replalcement of various interior and exterior ATCT bldg. finishes. New security system will be installed throughout the entire facility. Security Systems include key card access control and closed circuit television. The estimated price range for construciton if between $650,000.00 and $750,000.00. The project is one hundred (100) percent set-aside for small business concerns. The contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. The NAICCS Code for this project is #235710. Send to: Department of Transportation, Federal Aviation Administration, Eastern Region, AEA-55A, 1 Aviation Plaza, Jamaica, NY 11434-4809. Purpose: The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential offerors. Screening decisions will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors will receive the Request for Offers (RFO). Failure to provide this information shall eliminate the contractor from receiving an RFO. (A) Technical Experience Contractor shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction. 1. Reinforced concrete masonry unit construction. 2. Site preparation including geo-grid system installation. 3. Class-A-&B fire alarm system installation. 4. Security Systems installation. 5. Electrical and mechanical systems installatin. 6. FAA experience. 7. Work on Airports within the operations area (AOA). (B) Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts and the last three (3) subcontracts completed during the past five years similar in size, complexity and scope, and all prime and subconstracts curently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the Federal Government, agencies of state or local municipalities and commerical customers. Include the following information for each prime and subcontract. 1. Name of contracting activity. 2. Contract Number. 3. Contract description. 4. Total contract value. 5. Contracting Officers, name, address and telephone number. 6. Owner's Representative name and telephone number and two (2) references from the owners representative for each project. (C) Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete a project of this magnitude. The following information shall be provided. 1. Bonding Capacity 2. Insurability 3. Credit worthiness/history Technical Experience, Past Performance and Financial Capability will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of 70% or less shall not be considered to receive the RFO (2SIR). KEY DISCRIMINATOR KD001- Technical Expereience The offeror's proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed to evaluate the offeror's understanding of and capacity to accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. KD002- Past Performance 1. Quality of Product or Service- Compliance with contract requirements- accuracy of reports. 2. Timeliness of Performance- met interim milestones- reliable- responsive to technical direction- completed on time, including wrap-up and contract administration. 3. Cost Control- within budget- current accurate and complete billings- relationship of negotiated costs to actual- cost efficiencies. 4. Customer satisfaction- satisfaction of end users with the contractor's installation. KD003- Financial Capability 1. Bonding capacity. 2. Insurability and credit references. 3. Net worth, banking references. Basis for Award This is a Best Value Procurement, Technical Experience, Past Performance, Financial Capability Evaluation, and cost will be used for the basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for award. Contractors who qualifty under the SIR will receive the Request for Offer (2nd SIR). The Government reserves the right to award on initial without discussions with one on one discussions with one or more offerors. The Government is seeking offers that provide the best combination of quality and price in order to select the greatest value or "best buy" offer. Therefore, award may be made to other than the lowest price offered.
Record
Loren Data Corp. 20010607/YSOL003.HTM (W-156 SN50O064)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on June 5, 2001 by Loren Data Corp. -- info@ld.com