SOURCES SOUGHT
99 -- Replacement of the existing Viking Fire Cycle II System with a new Viking Fire Cycle III System at the Northern California TRACON located in Mather, CA
- Notice Date
- 12/1/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFAWN-11-R-01021
- Response Due
- 12/20/2010
- Archive Date
- 1/4/2011
- Point of Contact
- Elsa Gonzalez, 310-725-7499
- E-Mail Address
-
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Introduction/Description: The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to replace the existing Viking Fire Cycle II System with a new Viking Fire Cycle III System at the Northern California TRACON located in Mather, CA The Contractor must provide all necessary labor, materials, equipment, and services. Work includes but is not limited to furnishing and installing three (3) Viking Fire Cycle control panels, trim packages, isolation valves, and rebuilding three (3) flow control valves in accordance with the FAA Project Specifications. The Government intends to award a firm-fixed price contract to the low priced technically acceptable offer. Contract award will be based on past performance and cost. The offeror must demonstrate successful completion of at least three (3) projects of same or similar magnitude and complexity, completed during the last three (3) years. The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by December 20, 2010. Period of Performance:The contractor must complete the entire work ready for use no later than ten (10) working days after the notice to proceed date. Set-Aside: This is a small business set-asideNorth American Industry Classification System (NAICS) Code: 238220 - Fire Sprinkler System InstallationBusiness Size Standard in Millions of Dollars: $14.0 Other: Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov T3.6.1 - Small Business Development Program (Revision 23, April 2009) Small Business Development 5: Bonding Assistance and the DOT Lending Program (Revised 4/2009) a. Firms seeking bonding assistance may refer to www.nasbp.org, which is the website supporting the National Association of Bond Producers (NASP). Users may click the "Find a Producer" link found in the upper right corner of the website, where they then can select the state in which the firm is seeking to qualify for bonding. b. To promote the financial assistance programs available from the Office of Small and Disadvantaged Business Utilization (OSDBU, S-40), procurement teams should add the following information in each public announcement of procurement: "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." For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-11-R-01021/listing.html)
- Record
- SN02336326-W 20101203/101201234338-8991b9a125f002f205fb73d0310e834e (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 |