DOCUMENT
Z -- SCREENING INFORMATION REQUEST: Qualified Vendors List for Roofing Construction, MMAC, Oklahoma City, OK - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, aaq-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 31361
- Response Due
- 9/20/2018
- Archive Date
- 9/20/2018
- 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
- Total Small Business
- Description
- THIS POSTING IS BEST VIEWED AT HTTPS://FAACO.FAA.GOV, KEYWORD: ROOFING CONSTRUCTION The Federal Aviation Administration, Mike Monroney Aeronautical Center (MMAC) in Oklahoma City, OK, is establishing a Qualified Vendors List (QVL) used for recovering or removal and installation of roofing systems to be used for multiple FAA procurements at the Mike Monroney Aeronautical Center (MMAC). Individual projects will range in price from $10,000 - $1,000,000. Each project will be at least 1,000 square foot. The MMAC s largest roof is 114,000 square feet. Roofing types included under this QVL are: Modified bitumen roofs by Siplast, Soprema, Performance/Derbigum Single Ply PVC roofs by Sarnafil S327, Soprema Sentinel Metal roofs by MBCI, Berridge, McElroy, Butler As requirements are identified, Requests for Offer (RFO) will be issued to approved QVL vendors classified by roof type, i.e. Modified Bitumen, Single Ply PVC or Metal Roofs. QVL vendors may qualify for more than one roofing type. New roofing projects will be competed amongst the QVL vendors for that roofing type, i.e. Modified Bitumen vendors, Single Ply PVC vendors or Metal Roof vendors. Repairs to existing roofs will be competed amongst the QVL vendors for that manufacturer. To be considered for inclusion on the QVL, the following minimum qualification requirements of this initial Screening Information Request (SIR) must be met. (A) The QVL is 100% set-aside for small business concerns. The FAA Acquisition Management System (AMS) defines a small business as, ...independently owned and operated and not dominant in producing the products or performing the services being purchased, and one that qualifies as a small business under the federal government's criteria and North American Industry System Classification Codes size standards. For this procurement, vendors must be classified as a small business under NAICS code 238160 ($15M). All vendors must be registered in the System for Award Management (www.sam.gov) at time of submittal. (B) Vendors must provide evidence of their capability to meet the following six criteria: Factor 1 Vendor must state that they can meet the response times specified in the QVL Procedures, Section 1.3.2. Factor 2 Letter of Certification from manufacturer(s) stating vendor is approved applicator for at least 5 years for type of roof system Factor 3 - Past Performance Surveys Factor 4 Documentation from the National Council on Compensation Insurance (NCCI) stating an Experience Modification Rating (EMR) of 1.0 or less Factor 5 Documentation stating that project manager is employed by the QVL vendor or the installer and that the job site superintendent and all roofing applicators are employed directly by the installer Factor 6 Current registration with Oklahoma Construction Industries Board per the Oklahoma Roofing Contractor Registration Act (C) Technical evaluation factors as listed below are intended to determine the vendor's capabilities to effectively and efficiently accomplish the performance of the contract. (1) Factor 1 Vendor must be able to meet response times specified in the QVL Procedures, Section 1.3.2. Submittal shall indicate vendor s ability to respond within 2 hours of notification for emergency requirements. Evaluation Criteria: The Government s Technical Evaluation Team will determine that the vendor can meet response times specified in the QVL Procedures, Section 1.3.2. Failure to demonstrate the minimally acceptability standards under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for inclusion on the QVL. (2) Factor 2 Letter of Certification from manufacturer(s) stating vendor is approved applicator for at least 5 years for type of roof system Vendor shall provide a letter from all applicable manufacturers that vendor has been an approved applicator for at least 5 years for specific roof systems. Vendor shall provide manufacturer s letter for each type of roof system for which they wish to be qualified. Evaluation Criteria: The Government s Technical Evaluation Team will review the letter(s) from manufacturer(s) stating the vendor is an approved installer and has been so for at least 5 years for that roofing type. Failure to demonstrate the minimally acceptability standards under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for inclusion on the QVL. (3) Factor 3 Past Performance Surveys Vendors shall have current or past customers complete the Past Performance Survey attached to the Screening Information Request (SIR) (Attachment 1). A minimum of two (2) but no more than five (5) completed Past Performance Surveys for each manufacturer for which the vendor is seeking qualification shall be submitted directly to the Contracting Officer no later than the SIR closing date. All Past Performance Surveys submitted must show the projects are underway or completed with the last 5 years through the closing date identified on the SIR. The vendor s Past Performance must demonstrate/possess relevant past performance for roofing projects for each manufacturer for which the vendor is seeking qualification. Each Past Performance Survey submitted shall be for work that is valued at or over $75,000. Evaluation Criteria: The Contracting Officer will review all Past Performance Surveys submitted as well as assessments from the Contractor Performance Assessment Reporting System (CPARS) or similar reporting systems, and other sources. Vendors must demonstrate the following minimum acceptability standards to receive an ACCEPTABLE rating on this factor: Each Past Performance Survey submitted is for work that is valued at or over $75, 000, AND Each Past Performance Survey submitted must have received a response of Acceptable in all areas, AND All Past Performance Surveys submitted must show the roofing projects for the proposed manufacturer(s) are underway or completed with the last 5 years through the closing date identified on the SIR, AND All past or current references must recommend awarding similar contracts or using the vendor again for future work. Failure to demonstrate the minimally acceptable criteria under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for contract award. Vendors with no past performance information will receive an UNACCEPTABLE rating for this factor. It is the responsibility of the vendor to follow-up to ensure the surveys have been returned to the Contracting Officer by the due date. (4) Factor 4 Documentation from NCCI stating an Experience Modification Rating (EMR) of 1.0 or less Vendors shall provide documentation from National Council on Compensation Insurance (NCCI) stating that vendor has an EMR of 1.0 or less. Evaluation Criteria: The Government s Technical Evaluation Team will review the documentation submitted by the vendor from NCCI stating an experience modification rating (EMR) of 1.0 or less. Failure to demonstrate the minimally acceptability standards under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for inclusion on the QVL. (5) Factor 5 Documentation stating that project manager is employed by the QVL vendor or the installer and that the job site superintendent and all roofing applicators are employed directly by the installer Vendor shall provide documentation stating that the project manager is employed by the QVL vendor or the installer and that the job site superintendent and all roofing applicators are employed directly by the installer. Evaluation Criteria: The Government s Technical Evaluation Team will review the documentation stating the project manager is employed by the QVL vendor or the installer and that the job site superintendent and all roofing applicators are employed directly by the installer. Failure to demonstrate the minimally acceptability standards under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for inclusion on the QVL. (6) Factor 6 Current registration with Oklahoma Construction Industries Board per the Oklahoma Roofing Contractor Registration Act Vendor shall provide documentation reflecting current registration with Oklahoma Construction Industries Board. Evaluation Criteria: The Government s Technical Evaluation Team will review the documentation showing registration. Failure to demonstrate the minimally acceptability standards under this factor will result in an UNACCEPTABLE rating and elimination from further consideration for inclusion on the QVL. The information submitted should be complete, concise, and relevant to the requirements of the SIR. Each page should be identified with the applicable tab number, page number and total number of pages. All pages should be marked "Procurement Sensitive" in the footer. To receive consideration, all documentation required in the previous paragraphs must be received electronically by the Contracting Officer, Connie Houpt at connie.m.houpt@faa.gov. Any responses received after 2:00 p.m. CST, September 20, 2018, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential vendors should note that the FAA reserves the right to communicate with one or more vendors at any time during the SIR process. The FAA reserves the right to limit the number of vendors selected for the QVL. Data submitted that is found to be false will result in permanent removal from consideration for this QVL. The FAA reserves the right to conduct an on-site survey with companies interested in this requirement. All vendors being considered for inclusion on the QVL must meet the criteria for determination of responsibility as defined in the FAA s Acquisition Management System (AMS) T3.2.2.7. To be determined responsible, a prospective contractor must: (1) Have or be able to obtain adequate financial resources to perform a contract; (2) Have the ability to meet any required or proposed delivery schedules; (3) Have a satisfactory performance history; (4) Have a record of integrity and proper business ethics; (5) Have appropriate accounting and operational controls that may include, but are not limited to: (a) Production control; (b) Property control systems; (c) Quality assurance programs; and (d) Appropriate safety programs; and (6) Be qualified and eligible to receive an award under applicable laws or regulations. The FAA reserves the right to request business and financial references to aid in the determination of responsibility. Establishment of the QVL will be a unilateral decision of the FAA and will be reviewed annually. The FAA reserves the right to include additional vendors on the QVL. The decision to remove a vendor from this QVL will be based on performance and the ability to be competitive. This SIR is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Attachments: 1-Past Performance Survey 2-Draft QVL 3-Task Order Procedures and Appendices 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/31361 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/31361/listing.html)
- Document(s)
- Attachment
- File Name: Attachment 2-Draft QVL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/92997)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/92997
- File Name: Attachment 3-Task Order Procedures (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/92998)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/92998
- File Name: Attachment 1-Past Performance Survey (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/92996)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/92996
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment 2-Draft QVL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/92997)
- Record
- SN05074230-W 20180907/180905231715-a9154597b2d242cdac9ba4df17b2aa9a (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 |