SOLICITATION NOTICE
99 -- Power Systems Installation ID/IQ Contracts
- Notice Date
- 5/5/2010
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- DTFAAC-09-R-00013-9476
- Response Due
- 5/17/2010
- Archive Date
- 6/1/2010
- Point of Contact
- Connie Houpt, 405-954-7820
- E-Mail Address
-
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) has a requirement for project management, engineering and installation/construction work for power systems and power system ancillary equipment and structures. The engineering services include: site surveys, coordination studies, and design specifications and drawings. The installation and construction work includes but is not limited to: Engine Generators (EG), fuel tanks, fuel systems, Uninterruptible Power Systems (UPS), power panels, Heating Ventilation Air Conditioning (HVAC), equipment shelters, remote maintenance monitoring systems, and miscellaneous electrical work. The general equipment size range, intended for installation, is: engine generators from 20 kW to 1,000 kW; UPS from 15 kVA up to 1,100 kVA. Work performed under this requirement will be replacement, enhancement and/or maintenance of existing power systems. The majority of work will be replacement of power systems in existing facilities. The facility size, and corresponding power service capacity, ranges from small sites with a 20 kW Engine Generator (EG) to consolidated critical power facilities with multiple 1 MW EGs. The vast majority of sites have EGs in the small 100 kW to medium 500 kW range. Approximately twenty-nine (29) sites can be classified as large critical power facilities. The work at large critical power sites is more complex and involves a higher risk to the Air Traffic Control system than work performed at the smaller facilities. Seven (7) Indefinite-Delivery/Indefinite-Quantity type contracts, with fixed-priced pricing arrangements, have been awarded to provide these services. The contracts include a base year and four 1-year renewal options. These options may or may not be exercised, at the sole discretion of the FAA. Contracts have been awarded to:CNS Communications LLC, Scottsdale, AZCUSA Consulting Corporation, Hampton, NHParadigm Solutions Corporation, Rockville, MDPort Graham Development Corporation, Anchorage, AKSachs Electric Company, Fenton, MOWells Global, PLLC, Raleigh, NCWilliams Electric Company, Waco, TX These contracts were competitively awarded as a partial small business set-aside, with technical, as well as cost, evaluations conducted to determine Best Value to the FAA. Thirty-two technical proposals were received
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-09-R-00013-9476/listing.html)
- Record
- SN02140648-W 20100507/100505234704-e818ebc9e96b95d501b7c274f8ebe772 (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 |