Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2014 FBO #4722
DOCUMENT

83 -- MARKET SURVEY: Removal and installation of Interface modular carpet, MMAC Oklahoma City - Attachment

Notice Date
10/27/2014
 
Notice Type
Attachment
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
18419
 
Response Due
11/4/2014
 
Archive Date
11/4/2014
 
Point of Contact
Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ORIGINAL MARKET SURVEY WAS POSTED ON THE FAA'S CONTRACTING OPPORTUNITIES WEBSITE (FAACO.FAA.GOV). IF YOU ARE VIEWING THIS FROM ANOTHER SOURCE, THE INFORMATION MAY NOT CONTAIN ALL PERTINENT INFORMATION. This is a market survey for the removal and installation of Interface modular carpet in the Registry Building (Building 29) at the Mike Monroney Aeronautical Center, Oklahoma City, OK. Carpet tile to be installed must be Interface, To Scale, color: 7772 Blueprint and 4 cove base, type TS, to meet standardization requirements. Authorization can be provided by the FAA for the vendor to buy the required carpet through Interface s GSA contract number GS-03F-056AA. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses, and 8(a) certified firms, capable of providing removal and installation of Interface modular carpet, per the (Draft) Statement of Work. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. "Draft) STATEMENT OF WORK: The contractor shall provide all labor, equipment and materials required as necessary to remove existing carpet tile and base as designated on drawings. [To be found as an attachment to this market survey.] The contractor shall install new carpet tile (Interface, To Scale, color: 7772 Blueprint) and 4 cove base, type TS, color to be determined, and transition strips and stair nosings. The contractor is responsible for furniture lifting, relocation labor, etc. as required to install carpet and base. All work shall occur after 4:30 pm CST or on weekends. The contractor will be required to complete the work specified herein within 120 calendar days after receiving the Notice-to-Proceed." THE FOLLOWING INFORMATION SHALL BE PROVIDED BY INTERESTED VENDORS: 1. Capability Statement - This document should identify: Type of services provided by firm, Size and type of services provided by previous contracts (provide detailed information and past performance), Number of years in business 2. Completed Business Declaration Form, attached. Respondents must be active in the System for Award Management (SAM) (www.sam.gov). All responses to this market survey must be received by Thursday, November 4, 2014, 10:00 a.m. CST. All submittals should be submitted by email to: connie.m.houpt@faa.gov. The 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 the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. 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/18419 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/18419/listing.html)
 
Document(s)
Attachment
 
File Name: Drawing A2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/46131)
Link: https://faaco.faa.gov/index.cfm/attachment/download/46131

 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/46133)
Link: https://faaco.faa.gov/index.cfm/attachment/download/46133

 
File Name: Drawing A1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/46132)
Link: https://faaco.faa.gov/index.cfm/attachment/download/46132

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03559282-W 20141029/141027235608-2dea966dd8cec58193fce6f82abf8a51 (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.