SOURCES SOUGHT
99 -- Replacement of three (3) Motor Control Centers (MCCs) at the Chicago Air Route Traffic Control Center (ARTCC), 1850 Sigsbee Street, Indianapolis, Indiana
- Notice Date
- 6/27/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-11-R-00284
- Response Due
- 7/8/2011
- Archive Date
- 7/23/2011
- Point of Contact
- Karen Czerwiec, 847-294-7298
- E-Mail Address
-
karen.czerwiec@faa.gov
(karen.czerwiec@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA) Great Lakes Region has a requirement for the Replacement of three (3) Motor Control Centers (MCCs) and associated conduits located in the Power Room (B118) in the Control Wing Basement at the Indianapolis Air Route Traffic Control Center (ZID ARTCC), 1850 Sigsbee Street, Indianapolis, Indiana. The project contains, but is not limited to, the following work items: 1. Demolish and remove from the site MCC-1A, MCC-1B and MCC-1C in Room B118. 2. Furnish and install a new MCC-1A, MCC-1B and MCC-1C in Room B118 to include both the hands off automatic and soft start features. 3. Retrofit the existing MCC-1A1, MCC-1B1 and MCC-1C1 in Room B118 with the Hands-Off automatic feature. 4. Demolish the Hands-On Automatic Switching Panel of Room B117. Provide all control wiring and operational interfacing through the facilities computer automation system(s). 5. Provide for temporary connection the existing essential power system loads of MCC-1A, MCC-1B and MCC-1C during this equipment replacement project. 6. 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. Karen Czerwiec at 847-294-7801 or e-mail Karen.Czerwiec@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 July 8 2011. The following document are also required to be returned with your written request.1. Complete and return the attached Business Declaration Form.2. Complete and return the Sensitive Security Information. 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 between $50,000.00 and $100,000.00. 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-00284/listing.html)
- Record
- SN02482963-W 20110629/110627234555-ee316d3b3383c73e4420d56a03de829d (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 |