Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOURCES SOUGHT

99 -- Upgrade, replace or installation of ADP telecommunications and transmission infrastructure at various facilities

Notice Date
6/29/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASO52-NY AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-10-R-00006
 
Response Due
7/31/2010
 
Archive Date
8/15/2010
 
Point of Contact
Steven Jones, 718-553-3049
 
E-Mail Address
steven.jones@faa.gov
(steven.jones@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The FAA has a requirement to upgrade, replace or installation of ADP telecommunications and transmission infrastructure at various facilities per Section C specifications. The projects will update facilities where they will be able to meet security requirements and meet the minimum standards for nationally required equipment installations. The projects are necessary to continue the upgrade and standardization of the infrastructure to support required FAA programs and IT's mission to support the customer. The condition of pre-existing copper cable is substandard, prevents full utilization of the network, and negatively impacts network and customers. The Offeror will propose a price inclusive of materials for each CLIN. Estimated Cost: $225,000.00 - $350,000.00 This specification identifies all labor, materials, plant and equipment to perform the work required to construct the facility. All material not specifically indicated as Government-Furnished Materials or GFM shall be furnished by the Contractor. All work performed and all materials and equipment used shall be subject to the approval of the Contracting Officer. This shall include, but not be limited to, installing, testing, inspection, scheduling, reporting and submittals. PURPOSE: The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified firms to upgrade, replace or installation of ADP telecommunications and transmission infrastructure at various facilities per Section C specifications. This acquisition is set-aside for Socially and Economically Disadvantaged Business (SEDB) 8(a) or Service Disabled Veteran Owned Small Businesses (SDVOSB). The principle North American Industry Classification System (NAICS) for this effort is 238210, Electrical Contractors and Other Wiring Installation Contractors. The qualification process will be based on the Evaluation Criteria stated in the SIR. FAILURE TO PROVIDE ALL INFORMATION THAT IS REQUESTED BELOW FOR EVALUATION PURPOSES SHALL ELIMINATE THE OFFEROR FROM RECEIVING THE AWARD. In addition, this SIR will serve as a pre-qualification process for future, similar projects other than the above within the Eastern Logistics Service Area and will be based on the Evaluation Criteria stated in Section M. Qualified contractors will be randomly selected off of the pre-qualification list to receive the Statement of Work (SOW) and Section B, Supplies/Services & Price/Cost form for the future project(s). FAILURE TO PROVIDE ALL INFORMATION THAT IS REQUESTED FOR EVALUATION PURPOSES SHALL ELIMINATE THE OFFEROR FROM RECEIVING THE SOW(S) FOR FUTURE PROJECT(S). This is a negotiated procurement that will result in a firm fixed-price contract. A total of four (4) awards may result from this solicitation, one for New York Center, one for Albany ATCT, one for Atlanta ARTCC and one for Orlando TRACON. EVALUATION INFORMATION: Each potential vendor will be evaluated on the information provided in response to this SIR. Firms should ensure that the information provided is true and sufficiently complete so as not to be misleading nor require additional clarification. Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, shall render the offer proposal to be unacceptable and therefore rejected from further consideration. The government may reject any and all proposals and waive informalities or irregularities in proposals. One-on-one discussions may be held, at the option of the Government, with one or more offerors, as determined necessary by the Contracting Officer, to clarify proposals, resolve issues and omissions, etc. BASIS FOR AWARD: The Government will award a contract to the offeror with the lowest price technically acceptable. A price is "reasonable" if it does not exceed that which a prudent person would pay in the conduct of a competitive business. When determining reasonableness, the Government reserves the right to compare each offerors' proposed prices to the competing offerors' proposed price. This is a negotiated procurement which may or may not include discussions with the offerors. The FAA prefers that all response submittals, including attachments, be submitted electronically on CD. Offerors wishing to submit a proposal, modification or withdrawal through the U.S. Postal Service, Certified and Registered Mail, Special Delivery or U.S. Postal Express shall 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 Past performance information must be sent directly from each vendor's customers. Closing Date for receipt of qualifications is COB 3:30 PM, EST on July 16, 2010. Please refer to the SIR number DTFAEA-10-R-00006 when responding. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/ER/DTFAEA-10-R-00006/listing.html)
 
Record
SN02191302-W 20100701/100629234859-d9736f708e794e82567d0428907825e6 (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.