SOLICITATION NOTICE
Z -- MARKET SURVEY: CONSTRUCTION - Hangar 8 and Hangar 9 Mechanical Upgrades, Mike Monroney Aeronautical Center, Oklahoma City, OK
- Notice Date
- 2/3/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- ZIP Code
- 00000
- Solicitation Number
- 26538
- Response Due
- 2/10/2017
- Archive Date
- 2/10/2017
- Point of Contact
- Stephanie Riddle, stephanie.riddle@faa.gov, Phone: 405-954-7805
- E-Mail Address
-
Click here to email Stephanie Riddle
(stephanie.riddle@faa.gov)
- Small Business Set-Aside
- Total Small Business
- 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 a construction project titled: Hangar 8 and Hangar 9 Mechanical Upgrades at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. Hangar 8 “ Base Bid: Remove and reinstall bird netting in the high bay; remove all steam and steam condensate piping; replace existing steam unit heaters located in the high bay with new gas fired unit heaters (UH); installation of catwalks, modification of existing UH service platforms and installation of an additional UH service platform in the high bay; installation of low-intensity, natural gas fired infrared heaters in the high bay; replace two existing steam boilers with two new condensing boilers and replacement of the existing distribution pumps, piping, controls, etc. within the boiler room. Site Option - Hangar 9: Replacement of the existing cooling tower on the roof with a new two-cell, cooling tower. Site Option - Hangar 8: Replace four existing air handling unit (AHU) with new units on the roof and replacement of one existing AHU with a new unit located in a first floor mechanical room. The estimated price range for this project is $1,000,000 to $5,000,000. 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 the required construction services. 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 service-disabled veteran-owned small businesses or 8(a) certified firms. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $36.5 million. Contract award will be based on a Low-Price/Technically-Acceptable evaluation using Past Performance review standards. 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 Respondents must be active in the System for Award Management (SAM) (www.sam.gov). All responses to this market survey must be received by Friday, February 10, 2017, 2:00 p.m. CT. All submittals should be submitted by email to: stephanie.riddle@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/26538 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/26538/listing.html)
- Record
- SN04390550-W 20170205/170203234238-cc0da1cf343422a774a0c9cdab5dcf35 (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 |