Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOURCES SOUGHT

99 -- ASDE-X System Interface with ASDE-3 Radar Installations @ DCA, BWI and LGA

Notice Date
2/27/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Eastern Region, FEDERAL AVIATION ADMINISTRATION, ASO-052 AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
7558
 
Response Due
3/13/2009
 
Archive Date
3/28/2009
 
Point of Contact
Steven Jones, 718-553-3049<br />
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND: This project consists of site preparation requirements to support the installation of Airport Surface Detection Equipment Model X Systems at the following list of airports: Ronald Reagan Washington National Airport (DCA), Washington, DCBaltimore/Washington Int'l Thurgood Marshall Airport (BWI), Baltimore, MD LaGuardia Airport (LGA), Flushing, NY An ASDE-X system is an automatic detecting, high-resolution ground surveillance radar system that will track and identify aircraft and surface vehicle movement over all of the airport's taxiways and runways, known collectively as the "Active Movement Area." This multi-sensor system is designed to increase situational awareness and to alert Air Traffic Controllers of impending movement area incursions in time to prevent such occurrences. The ASDE-X system is manufactured by Sensis Corporation located at 85 Collamer Crossings, East Syracuse, New York 13057 USA, (315) 445-0550. Through the ASDE-X interface program, the baseline ASDE-X system requirements are the following for each location (for the sake of convenience, the proposed new system is referenced simply as an ASDE-X system): RONALD REAGAN WASHINGTON NATIONAL AIRPORT (DCA) The baseline ASDE-X system at DCA will interface with existing DCA ASDE-3 radar. The construction site preparation requirements facilitating installation of the following major components: A suite of Sensis ASDE-X electronics equipment installed within the Airport Traffic Control Tower (ATCT); eight (8) Multilateration Remote Units (RU) positioned strategically on and around the airport, providing aircraft positional information on the DCA Active Movement Area; two (2) Multilateration Reference Transmitters (RefTran) providing time-stamp synchronization to all RUs. BALTIMORE/WASHINGTON INTERNATIONAL THURGOOD MARSHALL AIRPORT (BWI) The baseline ASDE-X system at BWI will interface with existing BWI ASDE-3 radar. The construction site preparation requirements facilitating installation of the following major components: A suite of Sensis ASDE-X electronics equipment installed within the Airport Traffic Control Tower (ATCT); seventeen (17) Multilateration Remote Units (RU) positioned strategically on and around the airport, providing aircraft positional information on the BWI Active Movement Area; three (3) Multilateration Reference Transmitters (RefTran) providing time-stamp synchronization to all RUs. LAGUARDIA AIRPORT (LGA) An amendment shall follow to provide ASDE-X information and additional technical specific qualifications for LGA. PURPOSE: The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified full-service electrical and/or general contracting firms to support the installation of an Airport Surface Detection Equipment Model X System at Ronald Reagan Washington National Airport (DCA), Washington, DC; Baltimore/Washington International Thurgood Marshall Airport (BWI), Baltimore, MD; and LaGuardia Airport (LGA), Flushing, NY 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 (SIR), 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 Screening Information Request (SIR), DTFAEA-09-R-SJ003 (when submitting and/or requesting any information regarding this RFO, please use this number) is a Small Business Set-Aside. North American Industry Classification System (NAICS) code is 238210. All ASDE-X construction shall conform to the latest FAA national standards and task directives, applicable building codes, standards and regulations. Estimated Cost of Electrical/Construction: DCA - $300,000 to $500,000 BWI - $1,500,000 to $2,500,000 LGA - TBD EVALUATION CRITERIA: Each potential vendor will be evaluated on the information provided in response to this 1st SIR. Firms should ensure that the information provided is true and sufficiently complete so as not to be misleading nor require additional clarification. Firms will be rated and evaluated based on the following Key Discriminators (KD) listed in descending order of importance, governed by its basis of evaluation: BASIS: Acceptable/Not-Acceptable KD001 - Financial Capability (Failure to provide all information requested under KD001 will eliminate the offeror and therefore, will not be subjected to further evaluation.) 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 per stated requirements of the Miller Act.2.Insurability to show evidence that they have sufficient professional insurance required to complete a project of this magnitude.3.Provide credit history and/or current financial statement of company. Please include letter from Bank and Credit references. BASIS: Firm will need to obtain a total score of 80% or better for the following Key Discriminators KD002 - Technical Experience/Capability (60%) Firms shall provide documentation to demonstrate the following: 1.Firms must have a minimum of five (5) years similar, experience in low and medium voltage, underground, duct bank projects. 2.Firms must have a minimum of three (3) past projects working on Operational Evolution Plan (OEP) Airports. 3.FAA experience of similar size, scope and complexity of this project shall be a consideration towards qualification. KD003 - Past Performance (40%) Please provide a list of five (5) contracts completed during the past five (5) years similar in size, scope and complexity, and three (3) contracts currently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the Federal Government, agencies of state of local municipalities and commercial customers. Include the following information for each prime contract: 1.Name of contracting activity.2.Contract number.3.Contract description.4.Total contract value.5.Owner's Representative name and telephone number and two (2) references from the owner or the owner's representative for each project. Past Performance Sub-Factors are as follows: 1.Quality of Product or Service: compliance with contract requirements and accuracy of reports. 2.Timeliness of Performance: net 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 services. BASIS FOR AWARD: This is a best value procurement. Financial Capability, Technical Experience/Capability, Past Performance and cost will be used for the basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for the contract award. Contractors who qualify under the SIR will receive the Request for Offer (2nd SIR). The Government reserves the right to award on initial offers without discussions or to conduct one on one discussion with one or more offers. The Government is seeking offers that provide the best combination of quality and price in order to select the greatest value or "best value" offer. Therefore, award may be made to other than the lowest price offered. Closing Date for receipt of qualifications is COB 3:30 PM, EST on March 13, 2009. Please refer to the SIR number DTFAEA-09-R-SJ002 when responding. Offerors wishing to submit their qualifications should do so through the U.S. Postal Service, Certified and Registered Mail, Special Delivery or overnight mail. Please address correspondence to: DOT/Federal Aviation Administration1 Aviation PlazaJamaica, New York 11434ATTN: Steven Jones, Contracting Officer, ASO-52-NYTele: (718) 553-3049Email: steven.jones@faa.gov DUE TO STRINGENT SECURITY PROCEDURES AT FAA FACILITIES, HAND DELIVERED QUALIFICATIONS WILL NOT BE CONSIDERED. 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=647dce8977bd56471b817c0aeb0188a0&tab=core&_cview=1)
 
Record
SN01759168-W 20090301/090227221049-647dce8977bd56471b817c0aeb0188a0 (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.