SPECIAL NOTICE
Y -- Market Survey: The FAA is seeking interested sources that are capable of construction for the Environmental Wing Addition projects at numerous facilities throughout the United States.
- Notice Date
- 9/24/2020 10:18:14 AM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION
- ZIP Code
- 00000
- Solicitation Number
- 69DCK-21-R-ENWING
- Response Due
- 10/22/2020 2:00:00 PM
- Archive Date
- 11/06/2020
- Point of Contact
- Susan Newcomb, Phone: 7812387659
- E-Mail Address
-
susan.newcomb@faa.gov
(susan.newcomb@faa.gov)
- Description
- Introduction: The Federal Aviation Administration (FAA) is seeking interested sources that are capable of construction for the Environmental Wing Addition projects located at typical twenty-one (21) Air Route Traffic Control Center (ARTCC) nationwide. The work associated with each of these projects will be similar to that, as described below, of the Indianapolis Air Route Traffic Control Center (ARTCC) Environmental Wing Addition Project, located at 1850 South Sigsbee Street, Indianapolis, IN 46241-3640. This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph, 3.2.1.2.1 to solicit statements of interest and capabilities from all business types and sizes, capable of performing the work outlined. In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace, all interest businesses are encouraged to submit a response to this market survey. 2. Disclaimer: The announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The FAA is not seeking or accepting unsolicited proposals. The responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for these announcements and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned. 3. North American Industry Classification (NAICS) Code:� The NAICS code projected for this project is 236220 Commercial and Institutional Building Construction with a size standard of $39.5 million. 4. Submittal Requirement for Market Survey: Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). Address Point of Contact name, e-mail address and telephone number Business Size status:� 8(a) Certified, SDVOSB, Small Business, etc. DUNS Number Relevant experience on projects of similar size and complexity Bonding Capacity Capability to perform work at multiple locations at the same time Number of years in Business 5. Summary of Work:� 1. Construct a two-story, steel frame structure on concrete, drilled pier foundation system addition to the existing ARTCC building. The Addition's First Floor will be a concrete slab, the Second Floor slab will be a 6-inch concrete composite slab on metal deck, and the roof structure will be a metal deck diaphragm supported on open-web steel joists and wide-flange steel beams. The Addition will be located to the west of the existing ARTCC, between the ARTCC and the adjacent existing Power Services Building (PSB). The Addition will be connected to portions of the existing ARTCC's northwest comer and will be separated from the existing ARTCC by an expansion joint. Hazardous materials including asbestos and lead paint will be encountered in areas of the existing ARTCC disturbed by demolition and construction to accommodate the Addition. A. An elevated enclosure between the Addition and the adjacent PSB will contain ductwork from new mechanical equipment in the Addition's Second Floor to serve the PSB. B. The existing ARTCC's Loading Dock will be relocated to accommodate the Addition and a new permanent Loading Dock will be provided. The site's fire loop and access road will be reconfigured to accommodate the Addition. The exterior of the Addition will be comprised of areas of brick veneer to match that on the existing ARTCC as well as areas of modular storefront/curtainwall matching that on the existing ARTCC. The Addition's roof will be an insulated TPO system and the addition will be fully sprinklered. C. New Boilers, Chillers and Air Handling Units to serve the ARTCC's Control Wing and the adjacent PSB will be housed in the Addition along with associated distribution, controls, and utility support systems. D. The area of the site where the Addition will be located contains numerous existing underground utilities including electrical ductbanks and other utility distribution and service components. Prior to the start of any on-site demolition or construction activities, the locations of these underground features and utilities are to be confirmed. Temporary services will be provided so that the mission-critical operations of the ARTCC and site will not be impacted during the project. New underground utilities will be required. E. All areas of the facility will remain occupied and functional throughout the project. F. This summary does not cover all aspects of the work.� The work is at a critical facility that must remain operational 24 hours a day 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The work shall not discharge static electricity, damage, or interfere with other equipment at the facility, and shall not compromise security. The performance period for this contract will be 5-year base period of performance, with five (5) 2-year options, for a total period of performance of fifteen (15) years.� Estimated average of individual task orders is between $25 million- $30 million. The FAA estimates 1-2 task orders per year will be issued. Delivery of Submittals: Submittals to this market survey shall be e-mailed to Susan Newcomb (Contracting Officer) at Susan.Newcomb@faa.gov no later than 5:00 p.m. EST October 22, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6771e3f78d0e47a4a19d27524d011018/view)
- Place of Performance
- Address: Indianapolis, IN 46241, USA
- Zip Code: 46241
- Country: USA
- Zip Code: 46241
- Record
- SN05809812-F 20200926/200924230212 (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 |