Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2024 SAM #8109
SOURCES SOUGHT

Z -- Seattle TRACON/ATCT Mechanical Upgrades

Notice Date
2/7/2024 7:06:35 AM
 
Notice Type
Sources Sought
 
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-24-R-00306
 
Response Due
2/16/2024 9:00:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Kimberly Burt, STEVIE TABB
 
E-Mail Address
Kimberly.Burt@faa.gov, STEVIE.CTR.TABB@FAA.GOV
(Kimberly.Burt@faa.gov, STEVIE.CTR.TABB@FAA.GOV)
 
Description
The Federal Aviation Administration (FAA) has a requirement for Major Mechanical Upgrades at the Seattle Airport Traffic Control Tower (SEA ATCT) and Seattle Terminal Radar Approach Control (S46 TRACON).� The location of the ATCT and TRACON is at the Seattle International Airport, Burien and SeaTac Washington.� This Market Survey will be used to determine if there is adequate competition to set the requirement aside for Small Disadvantaged Businesses, Small Businesses, or full and open competition.� This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1.� This survey will support market research obtained from multiple sources and will be utilized for planning purposes only.� This is not a Screening Information Request or Request for Proposals of any kind. The FAA is not seeking or accepting unsolicited proposals.� The FAA will not pay for any information received or costs incurred in preparing the response to the Market survey; and any costs associated with the market survey submittal are solely at the interested vendor�s expense. SCOPE OF WORK The contractor will be required to provide all labor, material, supplies, equipment, supervision, and transportation to perform the work in accordance with specifications and drawings.� A summary of the work is detailed in the attached Statement of Work. 1. The North American Industry Classification System (NAICS) is 238220, Plumbing, Heating and Air Conditioning Contractors. 2. The project magnitude is between $5,000,000 and $10,000,000. 3. A Site Visit will be provided.� The date, time, location, and point of contact will be provided with the solicitation package, when it is issued. 4. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 5. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register a www.sam.gov RESPONSE TO THIS MARKET SURVEY To assist with acquisition strategy development and to gain a better understanding of the current marketplace, the FAA requests a capability statement from interested vendors that includes the following information: A. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) B. Address C. Point of Contact name, email address and telephone number D. Business size classification (Small Disadvantaged Business; Small Business; Large Business) E. Unique Entity Identifier (UEI) Number assigned by SAM.gov F.� Bonding Capability G.� Relevant experience on projects of similar size ($5M or more) and complexity (upgrading a facility�s mechanical systems) within the last five years where the company served as the prime contractor. Provide specific contract numbers, contact names, addresses and email information to support claimed capabilities. H.� Number of years in business Please submit responses to the market survey by 12 Noon ET on February 16,2024.. All response submittals, including attachments,� must be submitted electronically to the following email address:� kimberly.burt@faa.gov Only electronic submissions will be accepted.� No telephone requests or questions will be accepted.� Since this not a Screening Information Request or Request for Proposal, no results will be issued to the responding firms. If a solicitation is issued, it will be announced on SAM.gov at a future date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9fcdc533b05b4a0193be0b00aa841ab6/view)
 
Place of Performance
Address: Burien, WA 98148, USA
Zip Code: 98148
Country: USA
 
Record
SN06958788-F 20240209/240207230052 (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.