SOURCES SOUGHT
99 -- Construction of MALSRs and ILSs and Relocation of PAPIs and REILs Runway 10L/28R, Portland International Airport, OR
- Notice Date
- 1/29/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-52A ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-09-R-00030
- Response Due
- 2/18/2009
- Archive Date
- 3/5/2009
- Point of Contact
- PAT WORKMAN, (425)227-2863<br />
- Small Business Set-Aside
- N/A
- Description
- I.Purpose:The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Integrated Product Team (IPT) who will evaluate each response received and make a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. All offerors that are eliminated from the competition will be notified in writing. Written responses to this SIR are due by close of business (4:00 p.m. Pacific Standard Time) on February 18, 2007. II.Project Scope: The work consists of furnishing all labor, materials, and equipment for Construction and Installation of Medium Intensity Approach Light System with Runway Alignment Indicator Lights (MALSR) Runway Approach Light System (total of two), and Instrument Landing Systems Localizers (total of two) including shelters at Runway 10L and 28R, Relocation of a PAPI and REIL for runway 21, Fiber Optics (FOTS) and associated duct banks and access roads, and one option of relocating the 28R glide slope (GS) and 28R precision approach path indicator (PAPI) at the Portland International Airport, Portland, OR. The work to be performed includes, but is not limited to the following: Construct two MALSR systems along with setting associated GFM shelters, concrete foundations, lighting assemblies (semiflush, EMT and LIR), duct banks, hand holes and access roads.Demolition of old MALSR concrete foundations.Construction fiber optics duct bank (FOTS).Construction of two ILS concrete localizer pads, with setting GFM shelters and associated ductbanks, and hand holes.Relocation of existing localizer antennas (two sets) to a storage area on the airport near the 10L Glide Slope. Provide temporary fencing for security..Relocation of a PAPI and REIL with associated power, control and access roads.Demolition of old PAPI and REIL foundations.Option to relocate the PDX 28R glide slope to the north side of the runway.Option to relocate the PDX 28R PAPI approx. 150 feet south of the current location.Option to demolish of old GS and PAPI foundations.Special project procedures will be required to ensure security and safety while working within an active airport. The magnitude of construction is from $2,000,000 - $3,000,000. The government contemplates award of a firm fixed price contract. Period of performance will be two construction periods. Phase 1 will begin on or about May 1, 2009 and will end on November 30, 2010. Phase two will begin on or about May 1, 2010 and will end on September 30, 2010. Award is anticipated April 2009, anticipated notice to proceed May2009. III.Evaluation criteria: A tiered evaluation of technical proposals will be used in the source selection of this requirement. Technical proposals from other than small business concerns will only be considered after the determination that an insufficient number of acceptable technical proposals from responsible small business concerns were received. Once technical proposals are received the FAA will evaluate a single tier of technical proposals according to the order of precedence specified below. At least two qualified offerors in a given tier are required in order to be considered for selection to Phase II Request for Offers (RFO). If no selection can be made at the first tier, the evaluation will proceed to the next tier. The tiered order of precedence for considering offers is (from first to last): (a) Socially and economically disadvantaged business (SEDB) as certified by the Small Business Administration for participation in the SBA's 8(a) program;(b) Service-disabled veteran owned small business (SDVOSB);(c) Very small business;(d) Small business; and(e) Other-than small business. Prospective offerors are required to submit a technical proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or "not acceptable" on the basis of the following criteria. a)Prime and Sub-contractor qualificationsb)Prime and sub-contractor past performancec)Management understanding and approachd)Qualifications of key personnele)Financial resources and capability Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, will render the entire proposal to be unacceptable and therefore rejected from further consideration. One-on-one discussions may be held, at the option of the Government, with one or more offerors, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of funds:Funding for the subject project is not available at this time. The government's obligation under the subject SIR is expressly contingent upon the availability of appropriated funds for each phase from which payment can be made. Offerors are hereby advised that no liability on the part of the government shall arise for proposal costs. V. Technical Proposal Content (3 copies):(a) A prospective offeror will submit a complete technical proposal, which will encompass, but is not limited to, the content set forth herein. All technical proposal areas will be fully addressed. A negative response is required in the event of no experience for a particular area, or for any item that is not applicable. Any omission or partial and vague responses may lead to the rejection of the offerors proposal without discussions with offeror. The government reserves the right to use and evaluate any and all available information pertinent to any offeror and its subcontractors, in addition to the data incorporated in the submitted technical proposal, and which may be related to performance periods beyond the last three (3) years. (b) Provide a complete list of all proposed and potential subcontractor(s) who may perform on the subject contract. Government evaluation and award will be based in part upon experience and proficiency of the named subcontractors; it is expected and required that these subcontractors work on the subject contract. The resulting contract terms and conditions will state that any changes (i.e. designation of subcontractors or scope of work to be performed) will require the advance written approval of the Contracting Officer. (1)For each subcontractor state the following:Company nameAddressPhone and FAX numberContact personScope of work planned Mandatory qualifications: The following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. Evaluation criteria:(a)Prime and Subcontractor Past performance/ Qualifications(b)Management understanding and approach(c)Qualifications of key personnel(d)Financial resources and capability Past Performance Qualification1.Demonstrated successful completion of approach light or airfield lighting projects and ILS systems of a similar magnitude and complexity, at least three (3) in the last three (3) years and2.Demonstrated successful completion of projects working on a large operating active airport environment such as Portland International Airport, at least three (3) over the last five (5) years and3.Demonstrated successful completion of a construction project for Federal, State or other Government authority, at least one in the last three (3) years, complying with all Government contracting requirements. Management Approach, Abilities, and Resources 1.Ability to monitor and control project schedules.2.Expertise and ability to monitor and control construction quality.3.Management and coordination experience with airfield lighting or approach light projects and ILS. Qualifications of key personnel 1.Qualifications of key personnel to include Project manager, superintendent, quality control and safety managers and electrical foreman.2.Knowledge and experience of airfield lighting or approach light projects.3.Knowledge and experience of Federal, State or other Government contracts and requirements Financial resources and capability 1.Availability of manpower, equipment and other resources, and bonding capacity, to perform the subject project within the schedule requirements. Any Offeror determined to be "not acceptable" in any mandatory criteria shall render the offeror to be disqualified and therefore rejected from further consideration. The government may reject any and all offerors and waive informalities or irregularities in submitted documents. The government reserves the right to consider any references or items or past performance and not be limited to those for similar projects or only to those submitted by the offeror. One-on-one discussions may be held, at the option of the government, with one or more offerors, as determined by the Contracting Officer, to clarify submitted materials, resolve issues, and/or omissions. However, the offeror is advised that the Government reserves the right to accept or reject offerors without discussions. Offerors should ensure that their submissions are complete and accurate. Failure to submit required information may result in rejection in accordance with AMS guidelines. Offerors determined to be qualified will be provided with a full set of plans and specifications from which to develop technical and cost proposals for consideration in Phase Two of the evaluation. VI.Directions for submission of Technical Proposal (a) Directions for submitting proposals: Offerors wishing to submit a proposal through the U.S. Postal Service, Certified and Registered mail, Special Delivery, or U.S. Postal Express Mail will be addressed to: FEDERAL AVIATION ADMINISTRATIONACQUISITION MANAGEMENT BRANCH, ANM-521601 LIND AVENUE SWRENTON, WA 98057-3356Attn: Patricia Workman (b)Hand delivered proposals: Proposals that are delivered by hand or other types of express delivery services (i.e. Commercial Carrier, e.g. Federal Express, United Parcel Service, Airborne Express, etc.) will be hand delivered to: FEDERAL AVIATION ADMINISTRATIONACQUISITION MANAGEMENT BRANCH, ANM-52CUSTOMER SERVICE CENTER 1st FLOOR1601 LIND AVE. SWRENTON, WA 98057-3356Attn: Patricia Workman FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED. (c)Due date for receipt of proposals. Proposal will be submitted to the designated office not later than close of business (4:00 p.m. Pacific Standard Time), February 18, 2008. VII. Late Submissions: 3.2.2.3.1.2.3 : Receipt/Evaluation of Submittals To be considered for an award, an offeror must submit a response to the initial SIR, within the time specified in the SIR. VIII. Changes to the SIR.Offerors are hereby advised that any changes (if any) to the subject SIR will be promptly posted to the applicable FAA Internet web page at: www.faa.gov and complete adherence to the published changes is required. IX. Procurement Process. (a)Phase I - Screening Information Requests (SIR). Review and evaluation of each offeror's technical proposal. A submitted technical proposal will be deemed to be either "acceptable" or "not acceptable". The Contracting Officer will promptly notify results of the evaluation to each offeror in writing. (b)Phase II - Request for Offer (RFO). Issuance of the solicitation documents. Those offerors with "acceptable" proposals in response to this SIR will be sent a complete solicitation package inclusive of plans and specifications, and contract terms and conditions. Issuance of the solicitation package to selected qualified offerors is scheduled for March 2, 2009. (c)Award review and selection. Subject to availability of funds, contract award may be made to the responsible offeror presenting the technically acceptable proposal, which is considered to be the best value to the government regarding price, terms and conditions. X. Applicable FAA Clauses 3.1-1Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.3.1-10 Availability of Funds 3.2.2.3-1 False Statements in Offers 3.2.2.3-11 Unnecessarily Elaborate Submittals 3.2.2.3-12 Amendments to Screening Information Requests (SIR) 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004)3.2.2.3-13 Submission of Information, Documentation, and Offers 3.2.2.3-16 Restriction on Disclosure and use of Data 3.2.2.3-17 Preparation of Offers 3.2.2.3-18 Explanation to Prospective Offerors 3.9.1-2 Protest After Award 3.9.1-3 Protest 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=b820cbac7af67ab0499e1c8cdac1e970&tab=core&_cview=1)
- Record
- SN01740455-W 20090131/090129215847-b820cbac7af67ab0499e1c8cdac1e970 (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 |