Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOURCES SOUGHT

99 -- Upgrade of Air Traffic Control Tower (ATCT)Fire/Life Safety System, Lawton/Fort Sill Regional Airport, Lawton, Oklahoma.

Notice Date
4/28/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Southwest Region, FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-08-R-00075
 
Response Due
5/5/2008
 
Point of Contact
Jeffrey A Adkins,, Phone: 817-222-4349
 
E-Mail Address
jeffrey.adkins@faa.gov
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified contractors interested in providing offers to perform work as listed in the title of the announcement, and as synopsized below. The work will consist of, but is not limited to, the following: -Installation and testing of new fire detection/alarm system and demolition of the existing fire alarm system in the ATCT and the base building including the interconnecting corridor.-Installation of new fire-rated access doors, partitions, barriers and systems, etc., as required and shown on drawings.-Replacement or modification, repair, patching, painting, refinishing, resurfacing of existing walls, partitions, and/or ceilings, as required.-Sealing off existing and/or newly made penetrations or openings through walls, floors, soffit, etc. with fire-stop sealant(s), caulks, mortars, mineral/ceramic wool, gypsum wallboard, and/or masonry. -Application of sprayed-on fireproofing materials or intumescent paint to protect steel structures or hatches as required and shown on drawings.-Installation of new louvers, dampers, fire doors, and related hardware and electrical gear, or modification/repair of existing doors, dampers, etc., as required.-Make necessary adjustments to existing emergency elevator recall system and its connections to the new fire alarm control panel (FACP) to comply with current federal building codes.-Training for personnel assigned by the FAA.-Preparation of documentation describing as-built configuration and operation and maintenance of systems and equipment and warranty of the work. 1. This project is a total set-aside for Small Business Concerns. 2. Contract performance period is 90 days. It is anticipated that all work will be conducted during normal business hours. 3. The NAICS code is 237990 - ($33M): Other Heavy and Civil Engineering Construction4. Estimated Bid Range: $250,000 to $500,000.5. The contractor is expected to perform at least 15% of the work using its own employees.6. A mandatory pre-bid site visit is tentatively scheduled for the week of May 12, 2008. The exact date, time, and location will be confirmed with those contractors cleared to receive a solicitation package. THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE AND/OR AWARD: a. The contractor must have successfully completed similar projects, both in terms of dollar amount and scope, on a Life Safety Critical Facility (such as a hospital or a similar FAA facility.). b. The contractor must have delivered a quality product in the timeframe established by the contract. c. The contractor must provide the name of the facility where the work was performed, contract number, and a point of contact (with phone number) at the facility. This information MUST BE submitted with the request for specifications and plans. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. Contractors who are interested in providing an offer on this project must provide past performance documentation that satisfies the GO/NO-GO criteria, as well as the following information: company name, address, phone number, fax number, point of contact, and complete the two documents attached to this announcement: SENSITIVE SECURITY INFORMATION and BUSINESS DECLARATION. NOTE: General contractors must provide a List of Employees and a List of Subcontractors as required by paragraph 1, items (b) and (c) on Page 2 of the Sensitive Security Information form. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL CAUSE YOUR FIRM TO BE DEEMED NON-RESPONSIVE. FAX your request with attachments to 817-222-5994 or e-mail to Jeffrey.Adkins@faa.gov no later than 4:00 PM (Local Time), May 5, 2008. Requests received after this date and time will not be honored. No telephone requests will be accepted. Responding firms must provide all the information required above and must meet the Go/No-Go criteria in order to receive a solicitation package. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8e4e017a54c011392e4e281eee3430e&tab=core&_cview=1)
 
Record
SN01562183-W 20080430/080428215412-36614e19a18ad43f5348da7f711e4190 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.