SOURCES SOUGHT
99 -- DTFAWN-11-R-00092 DESIGN, FABRICATION AND DELIVERY OF TWO (2) 12 x 16 x 9 EQUIPMENT BUILDINGS FOR RUNWAY 25L, PHOENIX SKY HARBOR AIRPORT, PHOENIX, AZ
- Notice Date
- 4/20/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-53A ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- DTFAWN-11-R-00092
- Response Due
- 5/3/2011
- Archive Date
- 5/18/2011
- Point of Contact
- Pat Vikesland, 425-227-2863
- E-Mail Address
-
pat.vikesland@faa.gov
(pat.vikesland@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- In accordance with the Federal Aviation Administration's Acquisition Management System, 3.2.1.2.12, the Western Service Area, Acquisition Management Group, is announcing a solicitation for competitive offers to perform the subject project. The FAA intends to award a firm-fixed price contract for the DESIGN, FABRICATION AND DELIVERY OF TWO (2) 12' x 16' x 9' EQUIPMENT BUILDINGS FOR RUNWAY 25L, PHOENIX SKY HARBOR AIRPORT, PHOENIX, AZ. Contractor shall furnish all labor, materials (except Government furnished equipment), services, equipment, insurance, bonds, licenses, permits, and fees in accordance with applicable federal, state or local regulatory requirements to complete the specified work. Contractor must have no less than 5 years experience in Design, Fabrication and installing steel shelters to the FAA, Wiring all components and associated equipment and be capable and experienced in transporting shelters to active airports using specialized trucks, trailers and cranes. The contractor shall be regularly engaged in the fabrication of shelters with existing plant facilities equipped for year around shelter manufacturing. Contractor shall use skilled personnel who have been regularly engaged in this type work. Where required by local regulations, personnel shall be properly licensed to perform categories of work involved. Electrical component installation, including conduit and conductors, terminations and splices shall be performed by a qualified electrician. 100% SMALL BUSINESS SET ASIDE. This requirement is 100% Set-aside for small business concerns. The applicable North American Industry Classification System (NAICS) code for this project is 332311. The Small Business Administration Size Standard for this NAICS Code is 500 employees. Potential offerors should download all the applicable documents from this posting. No hard copy mailing will be provided. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. 3.1-1Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.3.1-10 Availability of Funds 3.2.2.3-1 False Statements in Offers 3.2.2.3-11 Unnecessarily Elaborate Submittals 3.2.2.3-12 Amendments to Screening Information Requests (SIR) 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004)3.2.2.3-13 Submission of Information, Documentation, and Offers 3.2.2.3-16 Restriction on Disclosure and use of Data 3.2.2.3-17 Preparation of Offers 3.2.2.3-18 Explanation to Prospective Offerors 3.9.1-2 Protest After Award 3.9.1-3 Protest 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 programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFAWN-11-R-00092/listing.html)
- Record
- SN02428980-W 20110422/110420234941-1b8e1bf01d54accb26562b7c5b9c03ab (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 |