SOLICITATION NOTICE
Z -- Moses Lake, Washington Roof and HVAC Replacement Project
- Notice Date
- 8/7/2014
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-530 WN - Western Service Area (Seattle, WA)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWN-14-R-00150
- Response Due
- 8/14/2014
- Archive Date
- 8/14/2014
- Point of Contact
- Clarence Davis, clarence.davis@faa.gov, Phone: 425-227-2938
- E-Mail Address
-
Click here to email Clarence Davis
(clarence.davis@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration, Western Service Area, is conducting a Market Survey/request for information to gain understanding of the current marketplace and to identify responsible, capable sources. All responses to this market Survey will be used to determine if there is adequate competition to set this prequirement aside for Small Businesses. Pursuant to the requirements of AMS 3.2.1, a market survey will be conducted to assist in the procurement planning and strategy for subject project. The purpose of the market survey is to obtain information to determine the level of interest and competition that may exist for the project. The target firms are 8(a), service disabled veteran owned firms, small business and women owned businesses. The magnitude of the market survey is to provide as much information to encourage all sources to respond. In order to achieve this goal, the following announcement will be posted on the FAA website: This is a market survey for the replacement of a roof top HVAC and to replace the roofs on the Base Building and ATCT at the Moses Lake Airport, Moses Lake, Washington. The FAA is seeking to identify qualified, experienced, and interested potential businesses capable of performing the type of work described herein. The work includes but is not limited to: a.The replacement of the HVAC units and roofing systems, installation of safety equipment, and installation of heat strips; b.Disconnect and replace existing HVAC units, disconnect and reestablish electrical and controls lines using the existing controls system, and test and balance unites; c.Coordinate the replacement of HVAC units such that temperatures inside the building are acceptable. If necessary to control building temperatures, provide temporary cooling units; d.Remove the existing single-ply membrane roofing system, place damaged insulation, add insulation to provide a minimum of per foot slope, install protection board, and install a new 80 mil thermoplastic polyolefin (TFO) single-ply, fully adhered membrane roofing system. All required vapor barrier material, insulation, pitch pans, crickets, scuppers, curbs and flashing, penetration flashing, protection board, parapet wall membrane, curb coping, and cap flashing shall be provided. Install new walkway pads over the membrane roofing on the Base Building, as shown; e.Install guardrail fall protection as shown and detailed. Install a crossover step with handrails between the Base Building and the TRACON and Equipment Buildings. Install a ladder safety cable on the access ladder to the TRACON and Equipment Building roof; f.Install Contractor designed electrical heat strips as indicated on all roofs. This may involve new breakers, conduits, conductors, and roof penetrations. The Contractor shall work out the details. Replace marked for replacement flexible conduits on the roof. Responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. The FAA will not pay for any information received or costs incurred in preparing the response to this market survey. Therefore any cost associated with this market survey submission is solely at the interested vendor s expense. The information requested by this market survey will be used within the FAA to facilitate decision making and will not be disclosed outside the agency. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA s 8(a) with experience relative to NAICS codes 238160, Roof Membrane Installation and 238220, Heating and ventilation system component (e.g., air registers, diffusers, filters, grilles, sound attenuators) installation, size standard $33.5 million. All interested parties are invited to respond and must be registered in the System for Award Management (SAM) database (http://www.sam.gov/) prior to award. The magnitude of project is between $250,000 and $500,000. Interested firms should submit comments in response to this market survey by 4:00 P.M., Pacific Daylight Time, August 14, 2014. Responses may be sent via electronic mail (email) to Clarence.Davis@faa.gov, by the date and time shown above. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone if you do not get an acknowledgement after sending your submission return receipt. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/17397 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFAWN-14-R-00150/listing.html)
- Record
- SN03456830-W 20140809/140808001158-1bff978e8e3b6a808db894c0250071f1 (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 |