Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2023 SAM #7795
SOURCES SOUGHT

Z -- Earthquake Damage Repair at FAA's Anchorage Air Traffic Facility in Anchorage, Alaska

Notice Date
3/30/2023 4:09:55 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
690ED9 NORTHWEST/MOUNTAIN REG RENTON WA 98055 USA
 
ZIP Code
98055
 
Solicitation Number
ZAN-ARTCC-2023-03-30
 
Response Due
4/13/2023 6:00:00 PM
 
Point of Contact
Cindi Tjelde, Phone: 2062313026
 
E-Mail Address
cindi.tjelde@faa.gov
(cindi.tjelde@faa.gov)
 
Description
Introduction: The Federal Aviation Administration (FAA) is seeking interested sources that are capable of construction to repair earthquake damage in FAA's Air Route Traffic Control Center (ARTCC) located in Anchorage, Alaska. This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph,�1.3.2.1.2.1 to solicit statements of interest and capabilities from all business types and sizes, capable of�performing the work outlined, 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. 1.� 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. 2.��North American Industry Classification (NAICS) Code: The NAICS code projected for this project is 236220 Commercial and Institutional Building Construction, which has a size standard of $45.0 million 3.�Submittal Requirement for Market Survey: (a) Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). (b) Address (c) Point of Contact name, e-mail address and telephone number (d) Business Size status: 8(a) Certified, SDVOSB, Small Business, etc. (e) SAM.gov Unique Entity ID number (f) Relevant experience on projects of similar size and complexity. (g) Number of years in Business 4. Scope of Work: (a)� Demolish and replace concrete apron located outside of the 3-Bay Expansion�s west wall,�including appropriate slopes for drainage and installation of expansion joints for�transitioning to existing concrete. (b) Repair ceiling systems in the 1st and 2nd floors of the Tech Ops Wing. (c) Demolish and replace ceilings in Room 184 and the 2nd floor of the TechOps Wing,�including components required for seismic compliant suspended acoustical panel ceiling�systems. (d) Reinstall and adjust acoustic wall panels, ceiling mounted acoustic baffles, sprinkler head�escutcheon plates, and other miscellaneous items. (e) Patch and repair finishes to match existing. (f) Demolish and replace VAV-22, VAV-23, and VAV-28 located on the 2nd floor of the�TechOps Wing, including replacement of dampers, duct, piping, and damaged HVAC�components. (g) Adjust duct, diffusers, bracings, penetrations, controls and power wiring for proper�operations of HVAC equipment. (h) Demolish and replace lighting fixtures in the 2nd floor of the TechOps Wing with LED�fixtures and upgraded controls. (i) Test and commission new equipment. Many facilities in the National Airspace System (NAS) operate 24 hours per day and provide services critical to�safety; therefore, work performed on or near operational facilities or equipment, must be planned and conducted in�a manner that minimizes or eliminates deterioration in the quality or quantity of services provided to the NAS. This�may require, among other adaptations, working during non-standard business hours or using non-standard�techniques to eliminate noise, obstructions to visibility from ATCTs and shut down of equipment essential to�operations. The continued operation of all equipment in the NAS and the safety of life and property are paramount�considerations in all work conducted under this contract. ESTIMATED PROJECT SIZE is between $500,000 and $1,000,000 If interested, submit documents via email to cindi.tjelde@faa.gov by 5:00PM Thursday, April 13, 2023. Email questions to cindi.tjelde@faa.gov. The FAA will accept written questions only. Do not call with questions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f6a9096653534938952431ee0ddb932b/view)
 
Place of Performance
Address: AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06635998-F 20230401/230330230115 (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 |
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.