Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOURCES SOUGHT

99 -- RECOVERY-NEW AIRPORT TRAFFIC CONTROL TOWER (ATCT) WITH TERMINAL RADAR APPROACH CONTROL (TRACON) BASE BUILDING AT WILKES-BARRE/SCRANTON INTERNATIONAL AIRPORT, AVOCA, PENNSYLVANIA

Notice Date
4/30/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Eastern Region, FEDERAL AVIATION ADMINISTRATION, AEA-55A AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-09-R-00402
 
Response Due
5/21/2009
 
Archive Date
6/5/2009
 
Point of Contact
Ginger Morganti, (718) 553-3086<br />
 
Small Business Set-Aside
N/A
 
Description
1.1 Project Description Construction of a new Airport Traffic Control Tower (ATCT) and Terminal Radar Approach Control (TRACON) facility at the Wilkes-Barre/Scranton International Airport. The project consists of constructing a 92'2" AGL (cab floor height) precast concrete and structural steel ATCT with an 11,614 S.F. Base Building and Link connecting the ATCT to the Base Building. The Base Building and Link are constructed of cast in place concrete and structural steel with a combination masonry and metal panel faade. Also included is the construction of a 4500 L.F. access road, utility extensions, vehicular parking, electrical and communication duct banks and other associated site work. The project site is located on an undeveloped 4.0 acre +/- parcel located on the east side of the airfield at the Wilkes-Barre/Scranton International Airport. Estimated time frame for Construction: September 2009 to April 2011Estimated Cost of Construction: $13 Million - $16 MillionNAICCS CODE - 236220 1.2 Screening Purpose The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified General Contractors to provide complete contracting services for the construction of new ATCT and TRACON facility. This is a pre-qualification and screening process based on Evaluation Criteria listed below. Upon completion of the pre-qualification process, qualified contractors who receive a score of 80% or better will receive the 2nd Screening Information Request/Request for Offer. 1.3 Closing Date All interested firms must complete and return the required documentation as stated above by close of business, 4:00 PM EST. Thursday, May 21, 2009, to the below address. Hand carried, facsimile or electronic qualifications will not be accepted. All qualifications must be delivered to the address below by U.S. mail, UPS or other overnight mail delivery methods. Federal Aviation Administration 1 Aviation PlazaJamaica, NY 11434Attn: Ginger Morganti, ASO-52 2.1 Evaluation Criteria Requirements. Each potential vendor will be evaluated on the information provided in response to this SIR. Failure to provide all information that is requested below for evaluation purposes shall eliminate the offeror from receiving the RFO. In addition, Firms should ensure that the information provided is true and sufficiently complete and does not require additional clarification. Any firm that provides untrue or misleading information will be immediately disqualified from further consideration. 2.2 Evaluation Method Firms will be rated on the following Key Discriminators (KD) listed in descending order of importance. Companies must obtain a minimum score of 80% in order to be eligible to receive the 2nd SIR/RFO. PASS/FAIL: Firms shall prove that they have sufficient financial resources required to complete a project of this magnitude. The following information shall be provided: 1.Bonding capacity. Provide letter or documentation from firm's Bonding Agent stating that your firm has at a minimum the following capacity: a.Performance Bond with penal sum equal to 100% of the contract price.b.Payment Bond with penal sum equal to 100 % of contract price. 2.Insurability. Provide letter or documentation from firm's Insurance Agent stating that your firm can obtain, at a minimum, the following capacity: a.Bodily Injury, Combined Single Limit - $ 10.0 M. b.Property damage, each occurance/aggregate - $ 10.0 M.c.Personal Injury, each person aggregate/general aggregate - $ 1.0 M.d.Automobile Liability - $ 1.0 M. FAILURE TO PROVIDE THIS INFORMATION WILL IMMEDIATELY DISQUALIFY YOU. 2.3.1 Technical Experience (KD001) Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction that are in similar size and complexity for the subject project for this proposal:1.High-rise Construction and Foundation Installations including; a.Precast concrete and steel erection over 100 in height. b.High rise and complex foundations systems. c.Cast in place concrete wall systems.d.General building steel erection. 2.Site Preparation and Land Development including;a.Road construction. b.Site utility installation (water, sewer, electrical, communication).c.Rock excavation by mechanical and blasting methods. 3.Electrical Construction including;a. Complex Electrical Distribution Systemsb. Engine Generator and Uninterrupted Power Systems (UPS)c. Tower/High-Rise Structure Fire Alarm and Life Safety Systems.d. Lighting Protection, Grounding, Bonding and Shielding Systems.e. Building Automation.f. Security Systems. 4.Mechanical/Plumbing and Fire Protection Construction including;a.Heating Ventilation and Air Conditioning (HVAC) Systems with capacity over 50 tons per system (air-cooled, water-cooled, computer room type).b.Temperature/humidity control systems, complex ductwork and piping distribution systems.c.General building plumbing systems (domestic cold/hot water, heating water, waste and vent).d.Fuel oil and storage installations. e.Fire Life Safety Systems (e.g., stair pressurization and fire suppression systems). 5.Architectural and Building Finishes including;a.Masonry faade.b.Metal and glass curtain wall exterior systems.c.EPDM and metal roofing.d.Interior systems to include gypsum wall board, metal stud partitions, ceramic tile, computer access flooring, acoustical ceiling and wall systems, metal consoles and casework, doors and hardware and architectural finishes. 6.FAA and Airport Work Experience.a.ATCT Work Experience. b.Airfield Work Experience. 2.3.2 Past Performance (KD002) Provide the following information for past performance evaluation. A list of the last three (3) prime contracts completed during the past five (5) years similar in size, complexity and scope, and all prime contracts currently in progress. Provide award, start and anticipated completion dates for all current contracts. 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 prime contract: 1.Name of Contracting Activity/Client, telephone number and references with telephone numbers2.Contract number.3.Contract description.4.Contract total monetary value.5.Contracting officer, name, address and telephone number.6.List of major subcontractors. Past Performance will be evaluated in accordance with the following sub-factors: a. Quality of Servicesb. Customer Satisfaction.c. Cost Controld. Timeliness of Performance 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=7fbe8d54dac1030cd0dc96605054b213&tab=core&_cview=1)
 
Record
SN01806332-W 20090502/090430222052-7fbe8d54dac1030cd0dc96605054b213 (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.