SOLICITATION NOTICE
99 -- Design/Build ATCT, Administrative Base Building/TRACON, Spokan= e, WA
- Notice Date
- 6/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-53A NW Mountain Region (ANM)
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-03-R-00047
- Response Due
- 7/3/2003
- Archive Date
- 8/2/2003
- Point of Contact
- Clarence Davis, 425 227 2938
- E-Mail Address
-
Email your questions to clarence.davis@faa.gov
(clarence.davis@faa.gov)
- Description
- Purpose:=09Utilizing Complex and Noncommercial Source Selection Proce= dures (AMS 3.2.2.3), the Federal Aviation Administration (FAA), Northwest M= ountain Region intends to award a single Firm Fixed-Price Design-Build cont= ract to design and construct an Airport Traffic Control Tower (ATCT) and Ad= ministrative Base Building/Terminal Radar Approach Control (TRACON) facilit= y to be located at the Spokane International Airport, Spokane, Washington. General Scope of Work:=09Design and construct an intermediate activity non-= functional shaft ATCT with an Administrative Base Building/TRACON. The est= imated height of the tower is 238* feet to the cab floor level. The estimat= ed cab size is 652* inside wall-to-wall square feet. The cab roof and st= ructure shall be designed to accommodate future Airport Surface Detection E= quipment (ASDE) installation. The Administrative Base Building/TRACON is 1= 5,300 square feet of net usable square feet, i.e., inside wall dimensions (= required hallways, doors, and walls are not included in this figure). Addit= ionally, the project will include a 400 square foot engine generator buildi= ng and a 400-square foot flammable/hazardous material storage building. Th= e facility is to be designed to allow future expansion of the equipment roo= m, TRACON and administrative space. The term =E2=80=9C future expansion=E2= =80=9D means that a room or rooms are generally on an outside wall and spac= e on the outside is reserved for the expansion, i.e., no underground fuel t= anks, no underground utilities, etc. The facility shall be designed and bu= ilt as a fully functional and ready for FAA installation of electronic equi= pment. * The estimated tower height and cab size before start of Stage Two. =20 Magnitude of Project: In accordance with AMS T3.2.2, the estimated magnitu= de of this project is $20,000,000. =20 Project Schedule:=09The FAA anticipates award of this contract in late 2003= . Construction completion and final acceptance will be required to occur in= the spring of 2006. Evaluation:=09=09For this procurement, the FAA will use a two-stage selecti= on process. Stage One will down select to no more than three firms. Stage= Two will select one firm for completion of the project. The FAA has appoi= nted an Integrated Product Team (IPT) who will evaluate all responses recei= ved from Stage One and down select to no more than three firms to proceed t= o Stage Two. =20 Stage One: All responsible offeror=E2=80=99s may submit qualifications for= consideration in Stage One. Qualifications may be submitted by completing= the Stage One Design-Build questionnaire in this SIR. The IPT will utilize the following criteria in descending order of importan= ce: 1.=09Strength of team resources in terms of skills, directly relevant FAA e= xperience, staff commitment and financial strength;=20 2.=09Strength of team approach and value of proposed benefits to the FAA; 3.=09Past performance. Offeror=E2=80=99s must submit proposals on Stage One by July 21, 2003. The= IPT will take 1 week to review proposals and down select to no more than t= hree (3) of the highest qualified design/build offeror=E2=80=99s that are m= ost likely to receive an award and ultimately provide FAA the best value. Stage Two: Applies to the selected offerors (no more than 3) from Stage O= ne. The main element of Stage Two is the proposal containing a schematic de= sign. In addition to the Task Statement attached to this SIR, offeror=E2=80=99s w= ill be provided copies of F&E Project Scope Agreement, Project Scope, New A= TCT Fire Alarm System Requirements, and Electronic Drawing Requirements. T= he Task Statement with all attachment is a complete description of FAA requ= irements. Proposals shall consist of a schematic design with a firm fixed price for t= he entire design/build effort. The schematic design should be thorough eno= ugh to show that all FAA requirements will be met and the firm fixed price = is reliable. A complete description of the Stage Two proposal is contained= in the Task Statement. The IPT will utilize the following criteria in descending order of importan= ce: 1.=09Thoroughness and accuracy of schematic design and outline specificatio= ns in relation to established design criteria, applicable standards and ove= rall FAA objectives; 2.=09Suitability of proposed design/build schedule; 3.=09Suitability of proposed design/build contract and related terms and co= nditions. 4.=09Show how the design/build offeror intends to keep the FAA fully involv= ed during the entire design/build process,=20 5.=09Outline of team approach and potential benefits to the FAA, i.e., inno= vative features or other benefits to the FAA. 6.=09Subcontracting Plan. This applies to Large Businesses only and shall = be submitted during Stage Two. Of the total contract amount the primes sub= contracting goals are Small Business (25%), Socially and Economically Disad= vantaged Business Concerns (10%), Women-Owned (5%), and Veteran (1%). Stage Two proposals are due on or about October 27, 2003. The IPT will the= n make a final offeror selection in 2 weeks. =20 Proposals criteria shall be evaluated and scored as follows: 1 =E2=80=93 Less than Adequate; 2 =E2=80=93 Adequate; 3 =E2=80=93 Good; or= 4 =E2=80=93 Excellent. No financial compensation will be offered to competing teams. All Offeror=E2=80=99s no longer considered would be notified in writing. O= ne contract will be awarded using competitive negotiations. The government may reject any and all proposals and waive informalities or = irregularities in a proposal. One-on-one discussions may be held, at the op= tion of the Government, with one or more offerors, as determined necessary = by the IPT, to clarify proposal, resolve issues and omissions, etc. A prospective offer shall submit a qualifying proposal, which shall encompa= ss, but not necessarily be limited to, the content set forth herein. Note = =E2=80=93 all qualifying proposals must fully address all criteria. All sub= mitted technical information, experience, past performance, names of subcon= tractors and consultants, etc., should be considered proprietary data and s= hall be utilized for evaluation purposes only and kept confidential. Reviews After Award: The selected proposal at the end of Stage Two will re= ceive a complete FAA review starting 2 weeks after contract award. This re= view is intended to assure all FAA stakeholders that items agreed to in the= project are being addressed and to bring to light current concerns. A Pro= gress Presentation will be made to an FAA oversight committee in Seattle at= approximately the mid point between the first FAA review and the 80% desig= n review. This Progress Presentation is anticipated to take from 6 to 8 ho= urs including a question and answer period. Design review meetings, held a= fter the design has been reviewed may take 2 =E2=80=93 3 days and should be= attended by all disciplines at least during appropriate discussions. Submit an Original and Eight (8) Copies of the Stage One Proposal to: DOT Federal Aviation Administration Acquisition Management Branch, ANM-53 1601 Lind Avenue, S.W., Suite 340 Renton Washington 98055-4056 Attn: Clarence Davis, Contracting Officer Telephone: (425) 227-2938 Security Requirements: In accordance with security requirements, all employees, including subcontr= actors and subconsultants=E2=80=99 employees, are required to submit, withi= n 10 days of notice of contract award (Stage 2), the following information = to the Contracting Officers, for all employees that will be working on site= : a.=09Employee=E2=80=99s Full Name b.=09Current Address c.=09Date of Birth d.=09Social security Number e.=09Past Residents (City/State) for the last five years Applicable FAA Clauses 3.1-1 Clauses and Provisions Incorporated by Reference (June 1999) This screening information request (SIR) or contract, as applicable, incorp= orates by reference one or more provisions or clauses listed below with the= same force and effect as if they were given in full text. Upon request, th= e Contracting Officer will make the full text available, or offerors and co= ntractors may obtain the full text via Internet at: http://fast.faa.gov (on= this web page, select "toolsets", then "procurement toolbox"). 3.3.1-10 =09Availability of Funds (April 1996) 3.2.2.3-1 =09False Statements in Offers (April 1996) 3.2.2.3-11 =09Unnecessarily Elaborate Submittals (April 1996) 3.2.2.3-12 =09Amendments to Screening Information Requests (SIR) (April 19= 96)=20 3.2.2.3-13 =09Submission of Information, Documentation, and Offers (April 1= 996) 3.2.2.3-16 =09Restriction on Disclosure and use of Data (April 1996)=20 3.2.2.3-17 =09Preparation of Offers (October 1996)=20 3.2.2.3-18 =09Explanation to Prospective Offerors (April 1996) 3.6.3-13=09Recycle Content and Environmentally Preferable Products (January= 2002) 3.6.3-14=09Use of Environmentally preferable Products (January 2002) 3.9.1-2 =09Protest After Award (August 1997)=20 3.9.1-3 =09Protest (August 1998) 3.6.1-4 =09Small, Small Disadvantaged, Women-Owned and Service-Disabled Vet= eran Owned Small Business Subcontracting Plan (September, 2001) 3.1.7-2 =09Organizational Conflicts of Interest (August, 1997)
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00355661-W 20030626/030624213432 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |