Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOURCES SOUGHT

99 -- Construction of an Airport Traffic Control Tower (ATCT) and Terminal Approach Radar Control (TRACON), at McCarran International Airport, Las Vegas, Nevada

Notice Date
2/17/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-052 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-10-R-00045
 
Response Due
3/18/2010
 
Archive Date
4/2/2010
 
Point of Contact
Alex Seguin, (425) 227-2687
 
E-Mail Address
alex.seguin@faa.gov
(alex.seguin@faa.gov)
 
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 shall 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) which 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. The intent of these negotiations is for the FAA evaluators, or IPT, to gain a better understanding of the proposed project and/or to clarify evaluation information submitted by the offeror. 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 Daylight Time) on March 18, 2010. The assigned NAICS Code for this project is: 236220 - Commercial and Institutional Building Construction. II. Project Scope: Construction of a major activity Airport Traffic Control Tower (ATCT), base building/Terminal Radar Approach Control Facility (TRACON) and parking structure at McCarran International Airport, Las Vegas, Nevada. The ATCT will be an approximately 350 feet tall structure consisting of 22 levels with the top level being an 850 SF cab. The main structural components of the ATCT shaft will be cast-in-place concrete and structural steel. The ATCT construction may also include a tuned mass damper. The ATCT will be linked to a four story 55,000 SF base building/TRACON constructed of cast-in-place concrete and structural steel. The detached 2 level parking structure will support approximately 200 vehicles and will be constructed of cast-in-place concrete, pre-tensioned precast concrete and structural steel. The facility will be constructed on a 3.5 acre site just west of Terminal 3 and located outside, but adjacent to, the airport security fence. The work includes site clearing and restoration, access road construction and improvement, excavation and backfill, drilled concrete shaft foundations, cast-in-place reinforced concrete, structural steel, plumbing, mechanical, electrical and landscaping. Anticipated award in Summer 2010, with anticipated construction through Summer 2012. Magnitude of construction: Between $30,000,000 and $60,000,000 ** Construction Drawings and Specifications will be provided electronically for offerors that advance to Phase II of the procurement process to make an offer. III. Evaluation criteria: Prospective offers are required to submit a qualifications proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or "not acceptable" or rated with points on the basis of the following criteria: -Mandatory Qualifications-Preferred Qualifications Any proposal determined to be "not acceptable" in any Mandatory Qualifications area, 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 offers, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. Availability of funds: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 bid and proposal costs. Qualifications Proposal Content (8 copies):A prospective offeror must submit a complete qualifications proposal, which will encompass, but is not limited to, the content set forth herein. All proposal areas must 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, partial, or vague responses may lead to the rejection of the offeror's 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 qualifications proposal, and which may be related to performance periods beyond the last three (3) years.Proposals shall not exceed 50 single-sided pages. Each page shall have a minimum of one inch margins on all four sides, and may be single-spaced or double-spaced at the discretion of the offeror. Spacing can be intermixed to achieve maximum readability. Each proposal shall utilize a size 12 Arial font. All pages shall be standard 8 by 11-inch sheets, and bound in a three-ring binder. The binder cover shall have a cover page/title sheet that identifies the company name. Also, each proposal shall have a table of contents. Neither the cover/title page nor the table of contents will count against the maximum number of pages. Each page after the table of contents shall have a page number. Any proposal that does not comply with these requirements may be excluded from evaluation. Contractor Qualifications:Offerors must demonstrate that they meet the following qualifications by citing a specific project or projects during which they accomplished the qualification criteria. Letters from project customer(s) or project prime contractor (if applicable) rating offeror's performance on submitted projects is allowed and encouraged. For projects wherein the offeror was a subcontractor, provide a point of contact name, phone number, and address is required for the General or Prime Contractor as well. The government reserves the right to verify performance by soliciting feedback from the sponsor/owner/customer and/or General Contractor.Project Data:For each project used to demonstrate the offeror has met or exceeded the applicable criterion, provide at a minimum the following data:1.Project title, description, and contract number 2.Dollar value3.Customer names, address, phone number, and contact person4.State scope of work performed5.Performance period (i.e. dates and number of calendar days)6.Ability to meet schedules and budget constraints7.Any noteworthy technical problems encountered and solution. 8.Any contractual issues or technical matters disputed and resolution thereof9.Any claims and resolution thereof (i.e. nature, number, dollar value) Mandatory Qualifications All of the following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. Offerors have the responsibility for demonstrating they (offeror) meet the mandatory qualifications. Offerors are encouraged to submit data/projects that successfully demonstrate they (offeror) meet the mandatory qualifications AND summarize how that/those data/projects demonstrates they (offeror) have met the mandatory qualifications. Offerors that fail to receive a rating of "acceptable" in any of the mandatory qualification will removed from further consideration and will not be evaluated for the preferred qualifications. Achieving an "acceptable" rating on all mandatory qualifications only determines invitation to Phase II of the procurement process. 1.Successful completion of steel erection construction project with crane operations over 300 feet above ground level (AGL) in the past 3 years; AND 2.Successful completion of cast-in-place concrete construction project with crane operations over 300 feet AGL in the past 3 years; AND 3.Successful completion of construction projects averaging $30 million per year or more over the last 3 years. Preferred Qualifications All of the following qualifications will be rated with point values. These point values will be used to support the IPT final report and recommendations. Qualifications are listed by order of importance. Therefore criterion number one is more important than criterion number two and criterion number one is significantly more important than criterion number six. Criterion two and three are of equal importance. Criterion four is less important than two or three, though it has greater importance than five or six. Criterion five and six are of equal importance. To address each criteria, submit information on three or less projects to demonstrate you are qualified and should be preferred. If more than three projects are submitted for any criterion under these preferred qualifications, the government reserves the right to use only the first three projects listed for that particular criteria. Offerors are encouraged to submit data from three projects for each criteria. Be sure to address each criteria with three or less projects to demonstrate the offeror is preferred. Offerors may use three projects to address all six criteria, or three different projects for each of the six criteria (e.g., 3 - 18 projects). However, an offeror may use one project to demonstrate they (offeror) met or exceeded all six preferred criteria. Either way, the offeror is responsible for demonstrating to the FAA that the offeror is preferred in each of the six criteria. Offerors have the responsibility for demonstrating they meet or exceed preferred qualifications. Offerors are encouraged to submit data/projects that successfully demonstrate they meet or exceed the preferred qualifications AND summarize how that/those data/projects demonstrates they have met or exceeded the preferred qualifications. 1.Prime contractor experience of individual construction projects in excess of $50 million. 2.Experience in constructing an ATCT greater than 200 feet AGL, or similar tall structure with limited square footage (less than 2000 SF) per level. 3.Key personnel (e.g. Project Manager, Superintendent, QC Manager) with construction contracting experience in excess of 10 years on projects exceeding $20 million. Refer to Section VII. Applicable FAA Clauses, clause 3.8.2-17, Key Personnel and Facilities (July 1996), for specific conditions to the proposal and eventual offer. 4.Successful installation of mechanical systems utilizing chilled water systems, natural gas boilers, automated controls, and variable volume air systems. Experience should be comparable to light industrial type facilities containing computer, electronics, administrative and electrical/mechanical support space. 5.Experience in constructing facilities with redundant essential and critical power systems. 6.Experience in constructing facilities on sites with limited space and access requiring off-site staging and impacting the phasing of work. Any Offeror determined to be "not acceptable" in any mandatory criterion shall render the offeror to be disqualified and therefore rejected from further consideration. The government may reject any and all offers and waive informalities or irregularities in submitted documents. The government reserves the right to consider any references or items of past performance and not to 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 offers 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. IV. Directions for submission of Qualifications Proposal (a) Each proposal must include the following: 1) Qualifications Proposal 2) Completed Business Declaration Form (b) 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 must be addressed to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-52 1601 LIND AVENUE SW RENTON, WA 98057 Attn: Alex Seguin (c) 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.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-52 CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98057 Attn: Alex Seguin FACSIMILE OR ELECTRONIC PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED. (d) Due date for receipt of proposals. Proposal must be submitted to the designated office not later than the close of business (4:00 p.m. Pacific Daylight Time), March 18, 2010. V. Changes to the SIR.Offerors are hereby advised that any changes (if any) to the subject SIR must be promptly posted to the applicable FAA Internet web page at: https://faaco.faa.gov/ and complete adherence to the published changes is required. VI. Procurement Process. (a) Phase I - Screening Information Requests (SIR). Review and evaluation of each offeror's qualifications proposal. A submitted proposal must be deemed to be either "acceptable" or "not acceptable". Achieving an "acceptable" rating on all mandatory qualifications only determines invitation to Phase II of the procurement process. Preferred qualifications are not considered for determining invitation to Phase II. The Contracting Officer will promptly notify offerors that they (offeror) will be invited to participate in Phase II of the procurement process. (b) Phase II - Request for Offer (RFO). Issuance of the solicitation documents. Those offerors with "acceptable" proposals in response to this SIR (Phase I) 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 May 2010. During this phase company financial data will be submitted and reviewed for the Contracting Officer's responsibility determination. Also to be submitted will be a Small Business Subcontracting Plan. (c) Award review and selection. Non-price factors are significantly more important than price. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions, and represents the best value to the Government. The Government reserves the right to award on initial offers without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing and responsibility. The Government is seeking offers which provide the best combination of attributes (preferred qualifications) and price in order to select the best value or "best buy" offer. Therefore, award may be made to other than the lowest priced offer. VII. Applicable FAA Clauses 3.8.2-17 Key Personnel and Facilities (July 1996) (a) The personnel and/or facilities as specified below are considered essential to the work being performed hereunder and may, with the consent of the contracting parties, be changed from time to time during the course of the contract. (b) Prior to removing, replacing, or diverting any of the specified personnel and/or facilities, the Contractor shall notify in writing, and receive consent from, the Contracting Officer reasonably in advance of the action and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on this contract. (c) No diversion shall be made by the Contractor without the written consent of the Contracting Officer. (d) The key personnel and/or facilities under this contract are: Project Manager, Superintendent, QC Manager (e) The FAA reserves the right to confirm key personnel prior to award as it affects the determination of best value. Any changes to the offeror's proposed key personnel prior to award and as identified above, may affect award review and selection. (End of clause) 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference one or more provisions or clauses 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://fast.faa.gov (on this web page, select "toolsets", and then "procurement toolbox". (End of Clause) 3.3.1-10 Availability of Funds (April 1996)3.2.2.3-1 False Statements in Offers (July 2004)3.2.2.3-11 Unnecessarily Elaborate Submittals (July 2004)3.2.2.3-12 Amendments to Screening Information Requests (SIR) (July 2004) 3.2.2.3-13 Submission of Information, Documentation, and Offers (July 2004)3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004)3.2.2.3-16 Restriction on Disclosure and use of Data (July 2004) 3.2.2.3-17 Preparation of Offers (July 2004) 3.2.2.3-18 Explanation to Prospective Offerors (February 2009)3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (November 2002) ******************************************************************NOTE TO OFFERORS OR POTENTIAL SUBCONTRACTORS: 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 programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. If viewing this announcement from a source other than Federal Aviation Adminstration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-10-R-00045/listing.html)
 
Record
SN02067118-W 20100219/100217234905-56abc90cc2dd0bd8adf169684031673d (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.