SOURCES SOUGHT
99 -- SMALL BUSINESS SET-ASIDE: Replacement of four (4) Motor Control Centers (MCCs) at the Chicago Air Route Traffic Control Center (ARTCC), 619 W. Indian Trail Road, Aurora, Illinois.
- Notice Date
- 5/3/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-11-R-00201
- Response Due
- 5/13/2011
- Archive Date
- 5/28/2011
- Point of Contact
- Melody McGovern, 847-294-7347
- E-Mail Address
-
melody.mcgovern@faa.gov
(melody.mcgovern@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This procurement is a 100% Small Business Set Aside. The Federal Aviation Administration (FAA) Great Lakes Region has a requirement for the Replacement of four (4) Motor Control Centers (MCCs) at the Chicago Air Route Traffic Control Center (ARTCC), 619 W. Indian Trail Road, Aurora, Illinois. The project contains, but is not limited to, the following work items: SCOPE: Replacement of four (4) Motor Control Centers: MCC-1A, MCC-1B and MCC-1C in the Corridor (Room B118) and MCC-1D in the Environmental Shop (Room B112) in the Control Wing Basement at the Chicago ARTCC (ZAU) at Aurora, Illinois. Work under the Base Bid includes, but is not limited to, the following: 1. Temporary and consumed materials, equipment, and utilities required to complete the Work. 2. Demolition of existing electrical equipment within the work area. 3. Construction of new electrical systems to the desired layout. 4. Insulation resistance testing of MCC-1A, MCC-1B, MCC-1C. 5. Abatement of approximately 20 square feet of non-friable asbestos containing material (ACM) floor tile and mastic in Rooms B112 and B118. 6. Other work as required on the project drawings and in the specifications. Option Offer Item A: 7. Replacement of old feeders into MCC-1A, MCC-1B, MCC-1C and MCC-1D. Option Offer Item B: 8. Base Bid scope of work without insulation resistance testing but with replacement of old feeders into MCC-1A, MCC-1B, MCC-1C and MCC-1D. 9. Other work as required on the project drawings and in the specifications. To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to both the Contracting Officer, Ms. Melody McGovern at 847-294-7801 or e-mail Melody.McGovern@faa.gov and the Contract Administrator, Mr. Dennis Shub/IT Solutions at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business May 13, 2011. The following documents are also required to be returned with your written request.1. Complete and return the attached Business Declaration Form.2. Complete and return the attached Sensitive Security Information Form. The work will be performed in strict accordance with the contract specifications. Contract performance time is 180 calendar days. The estimated price range for this procurement is $100,000.00 to $250,000.00. NAICS Code is 237990. UPON ISSUANCE OF THE SOLICITATION THERE WILL BE A MANDATORY SITE VISIT. DATE AND TIME TO BE DETERMINED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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 a 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/GLR/DTFACN-11-R-00201/listing.html)
- Record
- SN02438965-W 20110505/110503234738-9e3345a44a71dc26c379589faac8696b (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 |