Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOLICITATION NOTICE

99 -- General Construction Multiple Award Construction Contract (MACC) Indefinite Delivery Indefinite Quantity (IDIQ)

Notice Date
10/10/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-13-R-00004
 
Response Due
11/15/2012
 
Archive Date
11/30/2012
 
Point of Contact
Todd Butler, 817-222-4397
 
E-Mail Address
todd.butler@faa.gov
(todd.butler@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for this synopsis. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). Work to be performed under this contract is under General Construction category for Federal Aviation Administration (FAA) structures on and off of airport property. The structures include, but are not limited to, airport traffic control towers (ATCT), administrative base buildings, Air Route Traffic Control Centers (ARTCC), equipment shelters and radar equipment facilities. Work to be performed includes but not limited to maintenance, repair, and/or alteration of mechanical, electrical, interior finishes, power distribution and building envelope of these facilities. Construction activities may be performed on Airport Operational Areas (AOAs) and may require security clearances (badging). Pending coordination with Airport Authorities some work may be performed at night. Projects shall require on site pre-bid meetings. Work may be conducted on active airports and the contractor shall comply with all procedures, rules and regulations of the airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other issues to ensure uninterrupted airport operations. All work shall be in accordance with the plans and specifications. 1. This will be awarded as an Indefinite Delivery Indefinite Quantity contract with one base year and two one year options. This contract will also be awarded as a multiple award contract. 2. This project is a total set-aside for Small Business Concerns. 3. The North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction. The small business size standard is: $33.5 Million Offerors are required to submit the following documents to be determined if eligible to receive a copy of the solicitation: Offerors must meet the following Go/No-Go Criteria to be considered for award: o Five similar FAA, or other Federal, State, Airport Authority or other life critical facilities projects acting as the prime, within the last 5 years, that demonstrate the Offeror's experience to manage at least three of the following trades simultaneously on a project with a size and scope of $250K or larger: mechanical, electrical, interior finishes, power distribution and building envelope. Indicate the size and scope on the Past Experience History document (Attachment #1). o Project Manager - with a minimum of a Bachelor of Science (BS) degree in Engineering or a technical degree from an accredited institution of higher learning, and ten years of experience or fifteen or more years of experience in coordinating at least three subcontractors with complex mechanical, electrical, interior finishes, power distribution & building envelope in the heavy construction industry. o Project Superintendent - with a minimum of five years of experience in coordinating at least three subcontractors mechanical, electrical, interior finishes, power distribution and building envelope in heavy construction industry. Contracts/projects must be either completed or in process within the last five (5) years. Similar work must include Federal Aviation Administration (FAA), other Federal or State Government, Airport Authority or other life critical facilities. Offeror shall identify the contracting agency. You must provide the contract number or project identifier, which includes a point of contact, email address and phone number. Offerors shall be evaluated on the qualifications of key personnel proposed for this project, in the form of resumes. At a minimum, resumes are required for the Project Manager and Superintendent. Resumes should be no more than two (2) pages per individual and submitted in a format that contains the information in the evaluation standard. Offeror shall provide key personnel resume information that includes, as a minimum, the following: oName and Title oSpecific assignment on this project oName of Firm (If different from Offeror) oNumber of years with this firm/with other firms oEducation -Degree(s)/year/specialization oActive registration: number/state/year oSpecific experience, including dates, and qualifications relevant to this project Offerors are encouraged to provide descriptive analysis of why they feel their proposed personnel meet the criteria for Key Personnel experience Business Declaration (Attachment #2) Document Security Notice to Prospective Offerors (Attachment #3) The information provided will also be used as part of the responsibility determination. Responses must be emailed to todd.butler@faa.gov, no later than 3:00 PM (Central Standard Time) 10/17/12. Please place "Attention: General Construction IDIQ" in the subject line of your email. Requests received after this date and time will not be honored. Failure to submit all required info will deem the request for solicitation as non-responsive. NOTE: Contractors must have active registration in System for Award Management (SAM) formally Central Contractor Registration (CCR) before award can be made. Contractors can register at www.sam.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/SWR/DTFACN-13-R-00004/listing.html)
 
Record
SN02911800-W 20121012/121010234729-c0f7c98ea4fc9fe4e0bc85d0f6080099 (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.