SOURCES SOUGHT
99 -- ANNOUNCEMENT CONCERNING ACQUISITION OF DESIGN - BUILD SERVICES UNDER THE FAA EN ROUTE MODERNIZATION PROGRAM
- Notice Date
- 11/12/2009
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AJA-462 HQ - FAA Headquarters (Washington, DC)
- ZIP Code
- 00000
- Solicitation Number
- 8913
- Response Due
- 3/31/2010
- Archive Date
- 4/15/2010
- Point of Contact
- Anthony Hill, 202-385-8417
- E-Mail Address
-
anthony.hill@faa.gov
(anthony.hill@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Objective. The FAA is planning to issue a full and open competitive solicitation for contractors to provided Design/Build (D/B) renovation services to the En Route Facilities Planning and Modernization Program. Small Businesses are encouraged to apply. The FAA currently plans to set aside approximately 31M for small business and $234 for large business. The FAA will evaluate firms and down select several large and small businesses to compete for Design/Build renovations services. This program supports En Route Air Traffic operations and service level availability through facility life cycle program management of the 21 Air Route Traffic Control Centers (ARTCC), and the Combined En Route Radar Approach Control Facilities (CERAPs) atSan Juan and Guam. Requirement. The successful contractors will be awardedBasic Purchasing Agreement(s) and will compete for renovation services to provide all necessary labor, materials, equipment, services, and facilities for Design/Build requirements necessary to support the FAA's National Airspace System (NAS) and Capital Investment Plan (CIP) as required by task orders. These services may include D/B Services for new and existing FAA facilities, strategic facilities planning, cost estimating, construction support, hazardous materials abatement, and related services. The modernization and sustainment program of air traffic control and radar approach facilities encompasses almost 400 million gross square feet in the FAA regions. The CIP has two objectives: to complete existing modernization projects by 2022 and to maintain existing structures at a functionally-acceptable condition level. Current major project include renovations which focus on maintenance backlog reductions, mitigation of risks to operations which are facility-based, abatement and rehabilitation of administrative offices and training/classroom facilities, and critical infrastructure backlog projects which include roofing, plumbing, electrical distribution HVAC systems, and life safety issues. The responding firms must have at least one of the following NAICS Codes. To qualify as a small business for this acquisition the Offeror must qualify as a small business under the 236, Construction Services, small business size standard of $33.5M:236 - Construction of Buildings541310 - Architect Services236220, Airport Building & Airport Terminal Construction237310, Highway, Street, Bridges, Airport Runways, etc. Contract Type. The contract structure is anticipated to be a task order based Basic Purchase Agreement (BPA) vehicle. The FAA anticipates competing at least $234million among the successful Offerors. Of that, the FAA anticipates setting aside approximately $31 million for small businesses. Small businesses are encouraged to compete for all requirements. D/B Acquisition Schedule. The following milestones apply: Issuance of Request for Offer Due 12/23/09Phase I Technical Proposals Due 01/08/10Down Select to Phase II Offerors Due 03/08/10Phase II Cost & Other Proposals Due 04/09/10Contract Award 06/30/10 For Planning Purposes Only. Responses to this announcement are required. Only those who respond to this announcement will be provided the forth coming SIR. Reponses must be received by 2:00 p.m. EST, December 1, 2009. Firms information and capability statements, past experience can be mailed to the following address: Federal Aviation AdministrationATTN: Anthony Hill, Contract Specialist600 Independence Avenue, SW3rd Floor, Column L, Room 3E32LNWashington, DC 20591 However, this is not a request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. There are two (2) components to the upcoming solicitation: 1) Large Design/Build Firms and 2) Small Businesses that are certified by the Small Business Administration (SBA) to provide Design-Build services in support of FAA En Route Facilities Planning and Modernization. Small Business will be giving first consideration for each task order. All contractors responding to this announcement should demonstrate their experience in the aforementioned work. Pertinent factors for consideration of qualifications are: (1) Qualifications project personnel; (2) Specialized experience, which considers previous project experience similar to project scope, (3) capacity to perform work in required time, which considers adequate staff size, and firm experience/past performance. (4) Offerors should have experience with facilities operating 24/7 such as hospitals, data centers, etc. Selected Offerors shall be required to have an Architect and Engineering Office within the Washington, DC metropolitan area. The response should be specific to each of the qualifications listed above to show that the respondent has the skills and experience. Attached is a draft of the Statement of Work (SOW). Potential participants in the forthcoming competition are encouraged to review the SOW. Written questions by mail or e-mail may be directed to: Primary: Federal Aviation AdministrationATTN: Gary Perusse, Contracting Officer600 Independence Avenue, SWWashington, DC 20591Gary.Perusse@faa.gov Secondary: Federal Aviation AdministrationATTN: Anthony Hill, Contract Specialist600 Independence Avenue, SWWashington, DC 20591anthony.hill@faa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/8913/listing.html)
- Record
- SN02002943-W 20091114/091112235719-dba09cf26a16320eeb63eef3e3941ace (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 |