SOLICITATION NOTICE
Z -- DFW Consolidated ATCT Major Mechanical Modernization
- Notice Date
- 3/31/2020 6:07:51 AM
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-20-R-00219
- Response Due
- 4/3/2020 3:00:00 PM
- Archive Date
- 04/18/2020
- Point of Contact
- Morgan Finley, Phone: 8172224367
- E-Mail Address
-
morgan.finley@faa.gov
(morgan.finley@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is an amendment to the announcement originally posted on March 18, 2020. The changes to the original are identified using�bold font. The purpose of this announcement is to request information necessary for the FAA to evaluate and select contractors that meet the FAA�s minimum qualification requirements for this project. Those contractors that meet the FAA�s minimum qualification requirements will be placed on the prequalified contractors list for this project. Electronic specifications and drawings will be issued to those prequalified contractors with the Request for Proposal (RFP). The FAA is seeking competent and qualified general or major mechanical contractors to perform major mechanical modernization at the East and West air traffic control towers (ATCT) at DFW International Airport in DFW, Texas. Work will include, but not be limited to the following: Replace the HVAC in the tower, base building and ESU building, replace the ASDE AHU and the DDC at the West ATCT. Replace the HVAC in the tower, base building and ESU building, replace the ASDE AHU and the DDC at the East ATCT. The Contractor will be required to provide all labor, materials, supplies, equipment (except Government furnished), supervision and transportation to perform this work in accordance with the specifications and drawings as well as all local, state and federal laws. This is not a Request for Proposal (RFP) and proposals are not being accepted from this public announcement. This work is at critical facilities that must remain operational 24 hours a day, 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The contractor shall comply with all procedures, protocols, rules and regulations of the facility�s authorities including limitations on equipment, allowable work hours and any other possible issues to ensure uninterrupted operations. All work shall be in accordance with the specifications and drawings. This project is set-aside for Small Business Concerns to General Contractors and/or Major Mechanical Contractors. The project magnitude for work at the West ATCT is between $1,000,000 and $5,000,000. The project magnitude for work at the East ATCT is between $1,000,000 and $5,000,000. The estimated total period of performance is approximately is 30 months after receipt of the Notice to Proceed (NTP). It is expected that all prime contractors will provide a site superintendent who will remain assigned to this project for the entire duration notwithstanding any unforeseen circumstances. A single pre-proposal site visit will be held. The date, time, location and point of contact will be provided with the solicitation package to those contractors who have been pre-qualified. The contractors receiving the award will be required to perform at least 25% of the work utilizing their own employees. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. A POTENTIAL OFFEROR MUST MEET ALL OF THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO PRE-QUALIFY AND RECEIVED THE SOLICITATION PACKAGE: Using Attachment No. 1, Past Performance Questionnaire, provide at least one (1) but preferrably three (3) past or current major mechanical projects at level 9 or higher ATCTs, TRACONs or Enroute facilities (see Attachment No. 3 for ATCT listing) of comparable complexity and required coordination. Projects submitted must be between $1,000,000 and $5,000,000 and be of similar scope to this project. Scope is described above. Non-major mechanical projects will not be accepted. Non-FAA projects will not be accepted. Projects submitted must be either in process or within the last ten (10)�years. ALL PAST PERFORMANCE QUESTIONNAIRES MUST BE COMPLETED AND SUBMITTED DIRECTLY TO THE CONTRACTING OFFICER BY THE REFERENCE LISTED ON THE QUESTIONNAIRE ON OR BEFORE THE CLOSING DATE OF THIS ANNOUNCEMENT. Past performance questionnaires submitted by the prospective offeror will not be accepted. Only past performance scores of 2 (Good) or higher in ALL rating categories will meet the FAA�s minimum qualification requirements for this project. Complete and return Attachment No. 2, Security Notice to Prospective Offerors. The information provided will also be used as part of the responsibility determination. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Requests must be emailed to morgan.finley@faa.gov no later than Friday, April 3, 2020 at 5:00pm CST. Please place �Attention: DFW Consolidated ATCT Major Mechanical Modernization� in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. �This Notice is for information purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantages Business Utilities, has a program to assist small businesses, small businesses owned and controlled by a 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. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a5d6b050b6cb49d09cbd0d85ff8d696a/view)
- Place of Performance
- Address: Dallas, TX 75261, USA
- Zip Code: 75261
- Country: USA
- Zip Code: 75261
- Record
- SN05605750-F 20200402/200331230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |