Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2017 FBO #5627
DOCUMENT

Z -- Refurbish the Airport Air Traffic Control Tower located at 2740 Livingston, LN, Waterloo, IA 50703 - Attachment

Notice Date
4/18/2017
 
Notice Type
Attachment
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
27108
 
Response Due
4/28/2017
 
Archive Date
4/28/2017
 
Point of Contact
PATTI OWENS, patti.ctr.owens@faa.gov, Phone: 405-954-0693
 
E-Mail Address
Click here to email PATTI OWENS
(patti.ctr.owens@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a market survey to Refurbish the Airport Air Traffic Control Tower located at 2740 Livingston, LN, Waterloo, IA 50703. 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. At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible 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) Program. FAA anticipates that any resultant contract will be a Fixed-Price contract. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. 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. The scope of work consists of: 1) Contractor shall remove and dispose of all existing fabric wall coverings in the ALO Airport Control Tower (ATCT) conference room on the fourth floor, fifth floor TRACON and room 509 with drywall coverings that will meet existing fire and building codes for commercial applications. 2) Contractor shall remove perimeter ceiling tile and angle trim then reinstall existing trim and ceiling tile after new drywall is completely finished in accordance with current accepted work practices in a neutral color selected by the building occupant that will complement the existing décor 3) Light electrical work will be required during the course of the project, including, but not limited to temporary relocation of existing electrical outlets, light switches, network cabling, control cabling, etc., during the course of the project, and permanent re-installation or relocation resulting from changes to the wall system(s) during execution of the project.Contractor shall remove perimeter ceiling tile and angle trim then reinstall existing trim and ceiling tile after new drywall is completely finished in accordance with current accepted work practices in a neutral color selected by the building occupant that will complement the existing décor. 4) Contractor shall remove and store on site all existing wall mounted cabinets, projector screens, etc., necessary to demolish existing wall system. The Agency shall make available existing on-site storage space, and access by Contractor to storage space for the purposes of storing items to be reinstalled following successful completion of the project. 5) The Contractor shall re-mount any wall mounted equipment removed during the course of the project in either their original locations, or where specified by building occupants following the completion of the wall system. The principle North American Industry Classification System (NAICS) code for this effort is 238310 “Drywall and Insulation Contractors, with a size standard of $15M. Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than six (6) pages and must identify: (a your firm has done similar work in the past. (b) Dollar value and type of monitoring /remediation / abatement services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user information) which meet the contract performance requirements above; (c) Number of years in business performing the services required of this announcement; 2. Business Duns number- Interested vendors shall supply their company Duns number. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. All responses to this market survey must be received by 5:00 p.m. CST on April 28, 2017. All submittals should be submitted in electronic format (email) to: Patti Owens, Contractor, Contract Specialist, Z-Indigo Consulting, LLC, Email: patti.ctr.owens@fAA.gov. Please include Solicitation/Contract #27108. 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 vendors' 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 $750,000. 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/27108 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27108/listing.html)
 
Document(s)
Attachment
 
File Name: Statement of Work (doc) (https://faaco.faa.gov/index.cfm/attachment/download/77604)
Link: https://faaco.faa.gov/index.cfm/attachment/download/77604

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04476277-W 20170420/170418235018-9ab2f4155d637ab052d467a72b137dff (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.