Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
SOURCES SOUGHT

99 -- BOA Small Business Open Season DesignBuild Services Under the Terminal/EnRoute Modernization Program

Notice Date
7/24/2012
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-230 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
12063
 
Response Due
1/24/2013
 
Archive Date
2/8/2013
 
Point of Contact
Anthony Hill, 202-385-8417
 
E-Mail Address
anthony.hill@faa.gov
(anthony.hill@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Objective. The FAA is planning to issue another Open Season for Small Business Only competitive solicitation for contractors to provided Design/Build (D/B) renovation services to the Program Management Organization (PMO) for Terminal/ En Route Facilities for Planning and Modernization Programs. The FAA currently has set aside approximately $271M for its BOA Program with at least $31M set-aside for small businesses. The FAA will evaluate firms and down select several small businesses to compete for Design/Build renovations services. This program supports PMO Terminal/ En Route Air Traffic Operations and Service Level availability through facility life cycle program management of the FAA Facilities. Currently the FAA has 24 companies under the program, 5 large and 19 small businesses that compete for construction requirements. The goal of the program is to have several small businesses in various areas of the United States and its territories that will compete on some of the FAA renovation projects. The FAA is need of design/build services in the following areas: New England, New York City area, Indianapolis, Kansas City, Texas, Atlanta, Chicago, Florida, Los Angeles, Memphis, and Seattle areas. Requirement. The successful contractors will be awarded Basic Ordering Agreement(s) (BOAs) and will compete for renovation services to provide all necessary labor, materials, equipment, services, and facilities for Design/Build requirements necessary to support the FAA's National Airspace System (NAS) and Capital Investment Plan (CIP) as required by task orders. These services may include D/B Services for new and existing FAA facilities, strategic facilities planning, cost estimating, construction support, hazardous materials abatement, and related services. The modernization and sustainment program of air traffic control and radar approach facilities encompasses over 400 million gross square feet in the FAA regions. The CIP has two objectives: to complete existing modernization projects by 2022 and to maintain existing structures at a functionally-acceptable condition level. Current major project include renovations which focus on maintenance backlog reductions, mitigation of risks to operations which are facility-based, abatement and rehabilitation of administrative offices and training/classroom facilities, and critical infrastructure backlog projects which include roofing, plumbing, electrical distribution HVAC systems, and life safety issues. The responding firms must have at least one of the following NAICS Codes. To qualify as a small business for this acquisition the Offeror must qualify as a small business under the 236, Construction Services, small business size standard of $33.5M: 236 - Construction of Buildings 541310 - Architect Services 236220, Airport Building & Airport Terminal Construction 237310, Highway, Street, Bridges, Airport Runways, etc. Contract Type. The contract structure is anticipated to be a task order based Basic Ordering Agreement(s) (BOAs) vehicle. The FAA anticipates competing at least $234million among the successful Offerors. Of that, the FAA anticipates setting aside approximately $31 million for small businesses. Small Businesses with proven track record may be given the opportunity to compete for large complex projects. FAA facilities operate in a 24/7 environment and are limited on the number of Contractors allowed at each site and reserves the right to select potential bidders for each project. D/B Acquisition Schedule. The following milestones apply: Continuously Open Season For Planning Purposes Only. Responses to this announcement are required. Only those who respond to this announcement will be provided the forth coming SIR. Reponses must be received by 2:00 P.M., 17 August 2012. Those firms interested should provide their contact information to: : Attention: Anthony Hill Federal Aviation Administration, EnRoute Oceanic Contracts Branch, Wilbur Wright Federal Building (FOB10B), 3rd Floor, Column L, Room 3E32LN, 600 Independence Ave., S.W., Washington, DC Or emailed to Anthony.hill@faa.gov However, this is not a request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. There is only one (1) components to the upcoming solicitation: 1) Small Businesses that are certified by the Small Business Administration (SBA) to provide Design-Build services in support of FAA Terminal/En Route Facilities Planning and Modernization. Small Business will be giving first consideration for each task order. All contractors responding to this announcement should demonstrate their experience in the aforementioned work. Pertinent factors for consideration of qualifications are: (1) Qualifications project personnel; (2) Specialized experience, which considers previous project experience similar to project scope, (3) capacity to perform work in required time, which considers adequate staff size, and firm experience/past performance. (4) Offerors should have experience with facilities operating 24/7 such as hospitals, data centers, etc. The response should be specific to each of the qualifications listed above to show that the respondent has the skills and experience. Offerors that fail to meet the minimum criteria of the SIR will not be evaluated. Attached is a draft of the Statement of Work (SOW). Potential participants in the forthcoming competition are encouraged to review the SOW. Written questions by mail or e-mail may be directed to: Primary: Federal Aviation Administration ATTN: Gary Perusse, Contracting Officer 600 Independence Avenue, SW Washington, DC 20591 Gary.Perusse@faa.gov Secondary: Federal Aviation Administration ATTN: Anthony Hill, Contract Specialist 600 Independence Avenue, SW Washington, DC 20591 Anthony.Hill@faa.gov Attachments:Design-Build Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/12063/listing.html)
 
Record
SN02813350-W 20120726/120724235836-1175c5ef11e3eedf60634b60bd294ccf (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.