SOURCES SOUGHT
99 -- Phase I- Screening Information Request:New Guardhouse at the Denver,CO TRACON
- Notice Date
- 2/3/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-11-R-00049-10396
- Response Due
- 2/25/2011
- Archive Date
- 3/12/2011
- 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
- Project: New Guardhouse at the Denver, Colorado TRACON Solicitation Number: DTFANM-11-R-00049 I.Purpose: The purpose of this Screening Information Request (SIR) is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information will allow the Federal Aviation Administration (FAA) to determine which offerors are more likely to receive award, and ultimately, which offers will provide the FAA with the greatest value. The FAA has appointed a Selection Evaluation Team (SET) 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 clarify evaluation information submitted by the offeror. All offerors that are eliminated from the competition will be notified in writing. II.Scope of Work Construct a new guard facility near the existing guardhouse, complete with sewer, water, electrical power, lighting, data connections and building mechanical systems.Install new card reader actuated pivot gates and barrier arms at the entrance gate. Install induction loop to actuate new pivot exit gate.Construct new 8-foot high chain link fence adjacent to the new guard facility; connect to existing perimeter fence.Demolish and dispose of existing guardhouse and gates.Construct access roads and provide utilities.Install perimeter security lights.Install conduits with pull boxes for future CCTV camera locations.Install conduit with pull boxes for future access control locations.Trench, backfill and repair site as required for buried utilities. Estimated contract price is from $1,000,000 - $5,000,000. Government contemplates award of a firm-fixed-price contract. III.Set Aside: THIS ACQUISITION IS 100% SET ASIDE FOR SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSNIESS CONCERNS (SEDB). The SEDB firms competing for this acquisition shall be certified and be in good standing as an 8(a) contractor with the Small Business Administration. Certification documents shall be required when submitting offers. The North American Industry Classification System (NAICS) code is 236220. See contract clause 3.6.1-8 Notification of Competition Limited to Eligible SEDB Concerns (January 2010). IV.Evaluation Criteria: Qualifications Proposal Content (3 copies, 1 original):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 or partial and 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 technical and business proposals, and which may be related to performance periods beyond the last three (3) years. Any offer that fails to address the required content set forth by the SIR will be rendered as nonresponsive and will not be considered for award. Required Contractor Qualifications Offerors must demonstrate that they meet the following qualifications by citing a specific project or projects during which they accomplished the required task(s). 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 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. Criteria #1 - Experience and Past Performance Mandatory qualificationsAll of the following qualifications will be rated as either Acceptable or Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. 1. Successful completion of a new building construction in the 600 square foot range, including electrical and mechanical systems, and associated site work and utilities over the last 5 years; AND 2. Successful completion of a construction project for Federal or State Government, at least one in the last 5 years, complying with all Federal or State contracting requirements; AND 3. Experience working at a Federal or State Government Facility that operates 24/7. Criteria #2 - Key Personnel Qualifications Key PersonnelMandatory qualificationsAll of the following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. For each position listed below, contractor must submit resume information and all applicable certifications, awards, etc. 1. Project Manager - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Project Manager; AND2. Superintendent - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Superintendent; AND3. Quality Control Manager - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Quality Control Manager. VI. Directions for submitting proposals: (a)Email or faxed proposals will be accepted for this SIR. Please send emails to: Lelanie.Rivera@faa.gov. Be sure to indicate on the subject line of the email the SIR #DTFANM-11-R-00049. Fax: (425) 227-1055. (b)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 address their proposals to: FEDERAL AVIATION ADMINISTRATIONATTN: LELANIE RIVERA, ANM-521601 LIND AVE. S.W.RENTON, WA 98057 (c)Proposals that are delivered by hand or other types of express delivery services (i.e. commercial carrier, Federal Express, United Parcel Service, Airborne Express, etc.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRTIONATTN: LELANIE RIVERA, ANM-521601 LIND AVE S.W.RENTON, WA 98057 (D)PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM, PST) BY FEBRUARY 24TH, 2011. VII. Late submission of proposals and modifications (if applicable) - To be considered, an offeror must submit a response to the initial SIR within the time specified. Late proposals or modifications will not be accepted, excepted as permitted by 3.2.2.3-14 in the Acquisition Management System (AMS) available at http://fast.faa.gov/ VIII. Changes to the SIR:Offerors are hereby advised that any changes (if any) to the subject SIR will be promptly posted to the applicable FAA's Contract Opportunities web page at: www.faaco.faa.gov/ and completed adherence to the published changes is required. IX. Procurement Process: (a)Phase I - Screening Information Request (SIR): Review and evaluation of each offeror's technical proposal. A submitted technical proposal will be deemed to be either "acceptable" or "unacceptable". The Contracting Officer will promptly notify each offeror of the evaluation results in writing.(b)Phase II - Request for Offer: Issuance of the solicitation documents. Those offerors with "acceptable" proposals, in response to this SIR 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 mid-March.(c)Phase III - Award Review and Selection: Subject to availability of funds, a contract will be awarded to the technically acceptable contractor offering the lowest price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-11-R-00049-10396/listing.html)
- Record
- SN02372081-W 20110205/110203234049-a8ddd5c497169261fe74ef84c79fa14c (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 |