SOLICITATION NOTICE
99 -- Provide Architectural and Engineering (A/E) services for the design of a FAA 84-foot high (to the cab floor) Low Activity Level (LAL) pre-cast concrete ATCT and 11,000 sq. ft. 1-story base bldg.
- Notice Date
- 4/19/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AEA-55 Eastern Region (AEA)
- ZIP Code
- 00000
- Solicitation Number
- DTFAEA-07-R-00009
- Response Due
- 6/1/2007
- Archive Date
- 7/1/2007
- Description
- Project Description: Provide professional Architectural and Engineering (A/E) services for the architectural and engineering design of a FAA 84-foot high (to the cab floor) Low Activity Level (LAL) pre-cast concrete Airport Traffic Control Tower (ATCT) structure and an adjoining 11,000-square foot, one-story base building connected together with a link structure. The proposed LAL ATCT facility will be constructed on airport property owned by the Wilkes-Barre/Scranton International Airport. The airport will lease the site to the FAA for the purpose of constructing the new ATCT facility The facility is classified as a Level 7 ATCT/TRACON facility. The building will house critical electric and electronic equipment for the purpose of controlling ground and air-borne aircraft. Building design shall conform to the latest FAA national standards and task directives, applicable building codes, standards and regulations for building construction Estimated time frame for A/E services: September 2007 to July 2008 Estimated Cost of Construction: $12 Million - $15 Million Purpose: The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified full-service Architect-Engineer firms (A/E) to provide services for the design of a new ATCT and TRACON Base Building facility. Pre-qualification process will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors will receive the 2nd Screening Information Request, the Request for Offers, (RFO). FAILURE TO PROVIDE ALL INFORMATION THAT IS REQUESTED BELOW FOR EVALUATION PURPOSES SHALL ELIMINATE THE OFFEROR FROM RECEIVING THE 2nd SIR (RFO) This SIR is open to both large and small business. Evaluation Criteria Each potential vendor will be evaluated on the information provide in response to this 1ST SIR. Firms should ensure that the information provided is true and sufficiently complete so as not be misleading nor require additional clarification. Firms will be rated on the following Key Discriminators (KD) listed in descending order of importance. KD001 - Technical Experience KD002 - Key Personnel KD003 - Past Performance KD003 - Quality Control KD004 - Financial Report In order to be eligible for the subject ATCT design, a firm will need to obtain a score of 80% or better. The FAA will require each interested firm to complete and return the required documentation with any attachments as stated above. Firms shall submit all required documentation with any attachments by close of business, 4:00 PM EST. Friday, May 18, 2007 to: Federal Aviation Administration Attn: Terry Mirro, AEA-55 1 Aviation Plaza Jamaica, NY 11434 DUE TO STRINGENT SECURITY REQUIRMENTS, HAND CARRIED PROPOSALS WILL NOT BE ACCEPTED. Key Discriminators: KD001 - Technical Experience Provide technical proposal that demonstrates for evaluation of the firms, technical experience in the firms ability to design similar facilities in terms of scope and complexity in the following areas. High-Rise Structures Experience FAA Work Experience (ATCT's and Base Buildings) Other Governmental Agency Experience Architectural Engineering Experience Building Design Interior Design Landscaping - Civil & Structural Engineering Experience: o Site Utility Design (Water, Storm, Sanitary, etc.) o Site Layout and Parking Lot Design o Power and Communication Duct bank Design o Roadway Design o Post-Tensioned Pre-cast Concrete Design o High-Rise Structure and Foundation Design - Electrical Engineering Experience: o Lighting Protection, Grounding, Bonding and Shielding Systems. o Short Circuit Analysis and Protective Device Coordination Analysis. o Tower/High-Rise Structure Fire Life Safety Systems. o Electrical Distribution Systems o Uninterruptible Power Systems o Engine Generator Systems. - Mechanical/Plumbing/Fire Protection Engineering Experience: o Various design types of Heating Ventilation and Air Conditioning (HVAC) Systems with capacity over 50 tons per system (air-cooled, water-cooled, computer room type), digital building temperature/humidity control systems, complex ductwork and piping distribution systems. o Various plumbing systems (domestic cold/hot water, waste and vent). o Fire Life Safety Systems (e.g., stair pressurization and fire suppression systems). KD-002 - KEY PERSONNEL - Submit SF-255 In-House Personnel Qualifications o Provide a list of key personnel and their backgrounds, education, experience, awards, certification, licenses, and references. The lead engineer or architect for each discipline is required to possess an engineering or architectural degree from an accredited university and must be licensed to practice engineering or architecture in the state of Pennsylvania. (Individuals not licensed in PA, but licensed in other states must be able to prove that they can be licensed in PA within 60 days after award of the design contract) o Demonstrate the staff's ability to perform the work in a timely manner while providing a quality product. o List any subcontractors and their qualifications. KD003 - Past Performance - Submit SF-254 Provide the following information for Past Performance evaluation: - A list of the last three (3) design contracts completed during the past five (5) years similar in size, complexity and scope, as the prime/subcontractor and all design contracts currently in progress similar in size, complexity and scope (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 commercial customers. Include the following information for each contract: Name of Client Contract number. Contract description. Total contract value. Contracting officer, name, address and telephone number. Owner's Representative name and telephone number and two (2) references from the owners or the owners' representative for each project. List of major sub-consultants Past Performance will be evaluated in accordance with the following sub-factors: a. Quality of Services b. Timeliness of Performance c. Cost Control d. Customer Satisfaction. KD003 - Quality Control Provide the following information for Quality Control evaluation: - A statement and supporting documentation on the firm's quality control approach to a project. o Describe the means, methods and documentation of the quality control system in producing a fully coordinated product. List any subcontractors and their qualifications. KD004- Financial Report Provide the following information for Financial Stability evaluation: - Provide current financial statement of company, Include letter from Bank and Credit references. - Firms shall show evidence that they have sufficient professional insurance required complete a project of this magnitude. -It should be noted that all contractors are required to be registered in the Central Contractor Registration (CCR) database prior to award. Contractors can obtain additional information regarding the CCR process by calling 1-888-227-2423, or visiting the website at www.ccr.gov
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5599)
- Record
- SN01276824-W 20070421/070419220615 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |