SOURCES SOUGHT
99 -- ADMINISTRATIVE WING BUILDING AND SMO BUILDING ROOF REPLACEMENT AT WASHINGTON AIR ROUTE TRAFFIC CONTROL CENTER, LEESBURG, VIRGINIA
- Notice Date
- 4/15/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AEA-55A AEA - Eastern
- ZIP Code
- 00000
- Solicitation Number
- 10619
- Response Due
- 5/2/2011
- Archive Date
- 5/17/2011
- Point of Contact
- Ginger Morganti, (718) 553-3086
- E-Mail Address
-
ginger.morganti@faa.gov
(ginger.morganti@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- DUE TO SECURITY REGULATIONS NO HAND CARRIED QUALIFICATIONS WILL BE ACCEPTED. This announcement is to qualify contractors who are qualified to receive Plans and Specifications for the following requirement: The Federal Aviation Administration has a requirement for 7 roof areas on the Administrative Wing area and 1 roof area on the SMO Building at the Washington ARTCC, Leesburg, Virginia. The contractor will be required to furnish all necessary labor, materials and equipment to remove existing roof system, repair roof deck as needed, replace the drains and install a new Thermoplastic Polyolefin (TPO) Roofing System to include lightning protection and reinstalling existing roof mounted lights. The estimated price range is between $450,000.00 and $550,000.00NAICCS Code 238160 Qualified contractors are required to send in their qualifications in TRIPLICATE, by May 2, 2011, to: Federal Aviation Administration ATTN: Ginger Morganti, ASO-52NY 1 Aviation Plaza Jamaica, New York 11430 EVALUATION CRITERIA REQUIREMENTS: Each potential vendor will be evaluated on the information provided in response to this SIR. Failure to provide all information that is requested below for evaluation purposes shall be eliminated from receiving the Request for Offer. Firms should ensure that the information provided is true and sufficiently complete and does not require additional clarification. Any firm that provides untrue or misleading information will be immediately disqualified from further consideration. EVALUATION METHOD: Firms will be rated on the following key discriminators in descending order of importance. Companies must receive a score of 80% or better in order to receive the Plans and Specifications (2nd SIR). PASS/FAIL: Firms shall prove that they have sufficient financial resources required to complete a project of this magnitude. The following information shall be provided: 1.Bonding Capacity: Provide a letter or documentation from Bonding Company stating that your firm has at a minimum the following capacity:a.Performance Bond with the penal sum equal to 100% of contract price.b.Payment Bond with the penal sum equal to 100% of the contract price. 2.Insurability: Provide letter or documentation from firm's Insurance Agent stating that your firm can obtain an Acord insurance certification with a minimum of $3 million dollars of coverage. Workman's Compensation for the State of Virginia is also required. KEY DISCRIMINATORS: Technical Experience Contractors shall demonstrate the following specialized technical experience for the contract provided in the following areas of building roofing that are similar in size and complexity to this project: 1.Thermoplastic Polyolefin built up roofing system2.Sheet metal work to provide new flashing and coping3.Electrical involving the removal and re-installation of lighting, conduit and branch circuits4.Installation of new lightning protection system in areas with new roofing. 5.General built up roofing systems Ability to Meet Contract Requirements 1.List of key personnel (Project Manager, Superintendent, Foreman, and Quality Control Representative for example)2.Number of Crews/ employees3.List current and projects with projected completion4.List key equipment available Past Performance A list of three prime roofing contracts completed in the last five years similar in size complexity and scope with a Point of Contract for each. Past Performance will be evaluated in accordance with the following sub- factors:a. Quality/timeliness of work performedb. Prior FAA workc. Cost Controld. Customer Satisfaction 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/10619/listing.html)
- Record
- SN02426569-W 20110417/110415235223-54f762a623947e78e337a1a283fd8f28 (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 |