Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

99 -- FFP CONSTRUCTION: DAYTONA BEACH INT'L AIRPORT WATER INTRUSTION PROJECT

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-12-R-03117
 
Response Due
3/28/2012
 
Archive Date
4/12/2012
 
Point of Contact
Connie Houpt, 405-954-7820
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS POSTING IS BEST VIEWED AT HTTPS://FAACO.FAA.GOV, KEYWORD: 12-R-03117. The Federal Aviation Administration (FAA) has a requirement for site remediation at Daytona Beach International Airport, Air Traffic Control Tower (DAB ATCT), in order to reduce water intrustion into the facility. Reduction will be accomplished by roofing, waterproofing and refurbishing water damaged areas of the facility. All work shall be accomplished in accordance with the Statement of Work. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation. This requirement is 100% set-aside for competition among Small Businesses. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $33.5 million. A MANDATORY pre-proposal conference/site visit will be held on March 14, 2012 at 9:00 a.m. EST in the Daytona Beach International Airport, Air Traffic Control Tower, Daytona Beach, FL. All prospective attendees should contact Connie Houpt, Contracting Officer, connie.m.houpt@faa.gov, by March 9, 2012 to indicate intention to attend. All general contractors intending to submit a proposal MUST attend the pre-proposal conference/site visit on March 14, 2012. ALL QUESTIONS REGARDING THE PROJECT/STATEMENT OF WORK MUST BE RECEIVED IN WRITING (CONNIE.M.HOUPT@FAA.GOV) NO LATER THAN 4:00 P.M. CST ON MARCH 22, 2012, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the Central Contractor Registration, www.ccr.gov on the date established for receipt of offers (March 28, 2012). Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Proposals must be received by the FAA, Bid and Proposal Officer (AMQ-100), 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169, no later than 2:00 p.m. CST, March 28, 2012. Proposals shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169. Proposals must be sealed and labeled as follows: SIR/RFO No. DTFAAC-12-R-03117; due 2:00 p.m. CST, March 28, 2012. ELECTRONIC PROPOSALS ARE AUTHORIZED, See Section L, Provision 3.2.2.3-20. All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CST, March 28, 2012, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contracting Officer, Connie Houpt, connie.m.houpt@faa.gov. 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/MMACTR/DTFAAC-12-R-03117/listing.html)
 
Record
SN02682940-W 20120226/120224235429-73b3ef8976005fde4a575df289272e79 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.