SOLICITATION NOTICE
H -- Chiller System Testing- Seattle ARTCC, Auburn, WA
- Notice Date
- 10/24/2023 7:01:15 AM
- Notice Type
- Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-24-R-00050
- Response Due
- 11/13/2023 2:00:00 PM
- Archive Date
- 12/31/2023
- Point of Contact
- Regina Singleton, Phone: 4043055790
- E-Mail Address
-
regina.singleton@faa.gov
(regina.singleton@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Aviation Administration (FAA), Eastern Service Area, AAQ-5A0 ATL, College Park, Georgia has a requirement for Chiller System Testing at Federal Aviation Administration (FAA) facilities at the Seattle Air Route Traffic Control Center (ARTCC) located at 3101 Auburn Way S., Auburn, WA 98092, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors.�������������������������� PERIOD OF PERFORMANCE: The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP).� For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the small business size standard is $12.5 million. � This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using a tiered order of precedence.� First Tier. It is the intent of the FAA to attempt to award a contract on a competitive basis to a socially and economically disadvantaged business (SEDB) that has been expressly certified by the Small Business Administration for participation in its 8(a) program, a service-disabled veteran owned small business (SDVOSB), or a woman owned small business, provided that adequate competition is received and an award can be made at a fair and reasonable price. Second Tier. If circumstances do not permit award in the first tier, then the Government will proceed with evaluations of offers from any small business concern, provided that adequate competition is received, and an award can be made at a fair and reasonable price. Third Tier. Finally, if circumstances do not permit an award in the second tier, the FAA will evaluate offers and attempt to award a contract on the basis of full and open competition from among all responsible, responsive offers received providing award can be made at a fair and reasonable price, see Section M, Basis for Award. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation.� SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged to gain a thorough understanding of Site Conditions and Scope of Work that are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Therefore, a Site Visit has been scheduled for 31 October 2023 -10 am local time. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit, see the POC info below: � Name: Ken Phipps Email: �Ken.W.Phipps@faa.gov Address: 3101 Auburn Way S. ���������������� Auburn, WA 98092 Telephone: 253-351-3861 Information provided at the Site Visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.�� � Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). � Proposal due date: 13 November 2023-�� NLT 5:00 PM Eastern Submissions must be submitted via electronic email copy only. Proposals MUST be submitted via email to regina.singleton@faa.gov. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Please refer all questions in �writing� only to regina.singleton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 6 November by 5:00 PM Eastern. Responses to questions will not necessarily change the date proposals are to be received.� Offerors must submit all questions and comments via E-Mail to regina.singleton@faa.gov, questions submitted via phone call will not be answered.� The FAA will respond publicly in writing within three (3) business days on the SAM.gov website to all potential Offerors.� Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.� This RFP 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 requested proposal documentation. 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.� For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8c425eb812654446bafb659bc5211fa6/view)
- Place of Performance
- Address: Auburn, WA 98092, USA
- Zip Code: 98092
- Country: USA
- Zip Code: 98092
- Record
- SN06866632-F 20231026/231024230040 (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 |