SOLICITATION NOTICE
99 -- Market Survey-Honolulu Air Traffic Control Tower Re-Roofing
- Notice Date
- 1/10/2011
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-52 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-11-R-00047
- Response Due
- 1/15/2011
- Archive Date
- 1/30/2011
- Point of Contact
- Lelanie Rivera, 425-227-1003
- E-Mail Address
-
lelanie.rivera@faa.gov
(lelanie.rivera@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration, Northwest Mountain Region, Western Service Area, is conducting a Market Survey to improve the Government's understanding of the current marketplace and to identify capable sources. Interested sources must respond with information to confirm evidence of their qualifications and capabilities. Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, or full and open competition. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's market Survey/Request for Information submissions will be solely at the interested vendor's expense. SUMMARY OF WORK: 1.01 WORK INCLUDED:These specifications describe the requirement for the reroofing the Honolulu Air Traffic Control Tower (HNL ATCT) located at Honolulu International Airport (HIA). The project scope is the following:1.Remove the existing roof to the metal decking.2.Replace two roof drains.3.Install a mechanically fastened sloped rigid roofing insulation at a slope of " per 1'.4.Install a fully adhered thermoplastic polyolefin membrane (TPO) roofing system and associated flashing.5.Coat the penthouse side panels and the interior panels of the parapet wall with a reinforced acrylic membrane system.6.Roofing/waterproofing system shall have a minimum 20 year NDL warranty. 1.02 RECORD INFORMATION: A.HNL ATCT as-builts.1.04 JOB CONDITIONS: A.The contractor is hereby notified that the HNL ATCT is extremely sensitive facility that maintains safety for all aviation. The contractor shall schedule work that will cause minimum interference with the facility operations and mission. Movement of equipment, materials and personnel for this job must be done in a manner such that there is minimum impact to operations. The contractor shall coordinate all work with the Contracting Officer's Representative (COTR). B.Work shall be accomplished by Hawaii licensed roofing contractor.C.All materials shall be transported to and from the roof by crane. The height of the roof is approximately 170'. D.All construction performed according to all applicable safety requirements and regulations. Contractor shall use fall protection devices as required.E.All existing equipment and materials removed from the project area, as part of the demolition, shall become property of the contractor.F.Work shall be accomplished with 18 calendar days.G.Work shall be accomplished between the hours of 7:00 am and 5:00 pm Monday through Friday. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA.Response submittals must include the following information (Submittals can be by email or fax):1. Documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. Include documentation specific to vendor's professional qualifications (key personnel resumes that include employment history, training, education, certifications, etc.) and past experience of projects in similar size and scope within the last 3 years to the proposed requirement outlined in the Scope of Work. The format of the documentation is at the discretion of the vendor. 2. Completion of the Business Declaration to identify vendor's business size status (SEDB/8(a), Small Business, etc.) Please submit responses to the market survey by close of business (4pm, PST) on January 14th 2011. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email at: Lelanie.Rivera@faa.gov, or by fax to: 425) 227-1055. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original. Attachment A: Buisiness Delcaration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFANM-11-R-00047/listing.html)
- Record
- SN02357033-W 20110112/110110233737-3e62f98d776fd4cb41e66811d9f9d165 (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 |