SOURCES SOUGHT
99 -- CONSTRUCTION: REPLACE 2 SEWER/STORM LIFT STATIONS AT THE AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC), HOUSTON, TEXAS
- Notice Date
- 11/27/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ520 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-13-R-00010-12507
- Response Due
- 12/7/2012
- Archive Date
- 12/22/2012
- Point of Contact
- Rebecca Lawrence, 817-222-4337
- E-Mail Address
-
rebecca.lawrence@faa.gov
(rebecca.lawrence@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE CONSTRUCTION: REPLACE 2 SEWER/STORM LIFT STATIONS AT THE AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC), HOUSTON, TEXAS The Federal Aviation Administration (FAA) is seeking competent and qualified Contractors interested in providing offers to Replace 2 Sewer and Storm Water Lift Stations located at the Air Route Traffic Control Center (ARTCC), Houston, Texas. The scope of work includes replacement of 2 existing duplex sewer and storm water lift stations situated at the North and South side of the ARTCC Building. The construction shall include demolition and installation of specified lift stations/systems with new basins, pumps, internal piping, connection to existing piping, guide rail systems, float switches, controls, required electrical connections, alarm (audio/visual) set-up, programming, testing and commissioning as per manufacturer's recommendations and performance in compliance with local and state codes and FAA requirements. Affected areas of road, curb shall be restored to original condition and landscaping shall be completed. All work shall be accomplished according to the plans and specifications that will be provided. 1. Estimated contract performance time is 60 calendar days 2. This procurement is open to all qualified bidders 3. The North American Industry Classification System (NAICS) is 237110 and the small business size standard is $33.5 Million. 4. The dollar range for this project is between $150,000 and $300,000 5. A mandatory (pre-bid) site visit will be conducted on January 15, 2013, at the Houston ARTCC. Interested prime contractors must attend this site visit in order to qualify for contract award. 6. The offeror must have the financial resources to sustain all contract activities, such as, insurance, bonding, mobilization, equipment, labor and material costs. 7. The contractor is expected to perform at least 15 % of the work utilizing their own employees. 8. The contractor MUST be registered in System for Acquisition Management (SAM) before contract award. Contractors can register on-line at http://www.sam.gov/. CONTRACTORS MUST MEET THE FOLLOWING GO/NO GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. The contractor must have successfully completed three (3) similar projects both in dollar amount and scope, on a Life Safety Critical Facility such as a hospital or a similar FAA facility. b. The contractor must have delivered a quality product in the timeframe established by the contract. The Request for Offer Package is expected to be available the week of January 7, 2013. Contractors must submit their request for this package no later than 3:00 pm (CDT) by December 17, 2012. Contractors must provide their company name, physical mailing address, telephone, fax, and email address and complete and submit the three (3) attached documents: 1. DOCUMENT SECURITY NOTICE TO PROSPECTIVE OFFERORS 2. BUSINESS DECLARATION 3. SPECIALIZED EXPERIENCE 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, Attention: Rebecca Lawrence or email them to Rebecca.Lawrence@faa.gov 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-13-R-00010-12507/listing.html)
- Record
- SN02937288-W 20121129/121127234044-e9dd70f3bd43701873641c77ff139f6d (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 |