SOURCES SOUGHT
99 -- Three Plumbing Projects at the Air Route Traffic Control Center (ARTCC), Houston, Texas
- Notice Date
- 7/19/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-12-R-00000
- Response Due
- 7/26/2012
- Archive Date
- 8/10/2012
- Point of Contact
- Carla Brawley, 817-222-4331
- E-Mail Address
-
carla.brawley@faa.gov
(carla.brawley@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified contractors interested in providing offers for this project. The project is in three parts, replacement of 2 sewage lift stations, installation of a lawn irrigation system, and replacement of water valves. The sewage lift stations require deep excavation approximately 30 feet below grade, with necessary work at the bottom of the excavation. The excavation area is limited in size. The contractor is likely to encounter substantial ground water at the dig site. The contractor is expected to follow all Occupational Safety and Health Administration (OSHA) regulations regarding work within an excavation area. Contractor must maintain sewer service to the facilities via a bypass system or other method. Critical cabling and piping are in the vicinity of the excavation area. The lawn irrigation system is to be high level commercial installation to minimize future work. All digging actions at an ARTCC are considered a risk to air traffic operations. The area contains significant underground services, telecommunication cables, piping, etc, that must not be disturbed. The domestic hot water piping replacement in the basement, boiler room, and chiller room will be performed next to a critical area of the Federal Aviation Administration's air traffic control within a vital air traffic control center. Piping insulation contains asbestos. The project must have extensive risk mitigation procedures to avoid impacting air traffic operations. The contractor must use the services of a qualified asbestos removal contractor for asbestos mitigation to ensure proper containment. Any asbestos release is likely to affect the critical functions of the facility. All work shall be in accordance with the plans and specifications. 1. This project is an unrestricted procurement - all interested qualified firms can request package 2. Estimated contract duration is 90 calendar days. 3. The estimated offer range for this project is between: $200,000.00 to $400,000.00 4. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees. 5. A mandatory site visit will be conducted the week of August 14, 2012. The date, time, location, and point of contact will be provided with the solicitation package. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. Complete and return the attached Business Declaration and Document Security Notice to Prospective Offerors. b. Complete and return the Specialized Experience Information Document Offerors must have the following minimum experience and provide the following information to substantiate the experience: A listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size ($200,000.00 to $400,000.00) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Similar work must include FAA Centers, Towers, or other life-critical facilities, i.e. hospitals. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. The information provided will also be used as part of the responsibility determination. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994 OR e-mail them to Carla.brawley@faa.gov, no later than 3:00 PM (Local Time), July 26, 2012. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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/SWR/DTFACN-12-R-00000/listing.html)
- Record
- SN02808509-W 20120721/120720000015-4ee60a3e5cb25e1813dd33a2d93eb7ab (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 |