Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2025 SAM #8459
SOLICITATION NOTICE

Z -- Water Intrusion Mitigation Project- Miami Air Traffic Control Tower (ATCT), Miami, FL 33122

Notice Date
1/22/2025 8:36:20 AM
 
Notice Type
Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-25-R-00100
 
Response Due
1/31/2025 2:00:00 PM
 
Archive Date
02/28/2025
 
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
697DCK-25-R-00100 MIA ATCT Water Intrusion Mitigation Project- Amendment 0002 This Amendment 0002 of the Request for Proposal MIA ATCT Water Intrusion Mitigation Project is being executed to publish the Government's responses to the Vendors' RFIs. Additionally, in accordance with Amendment 0001 proposals remain due Friday, 01/31/2025, 5:00pm EST, (please see attached Amendment 0002). The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required for the Water Intrusion Mitigation Project, located at the Miami Air Traffic Control Tower (ATCT), Miami, FL 33122, 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): 238160� Roofing Contractors and the Small Business size standard is $19 million. This requirement will be set-aside and the Government intends to award a single firm fixed priced contract to the responsible lowest price technically acceptable Offeror based upon this Request For Proposal (RFP) by way of tiered evaluation method (See Sections L and M of the Solicitation document for further details), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories. SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect 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 7 January 2025 at 9 am Local Time. To coordinate your attendance for the scheduled Site Visit please forward your list of attendees at least one day prior to the Scheduled Site Visit to the POC noted below: Name: Jack Ellis Address: ellis.jack@faa.gov 6400 NW 22nd St, Miami, FL 33122, Miami Air Traffic Control Tower (ATCT), Miami, FL 33122 Telephone: Cell 786-375-1094/ Office 305-869-5349 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: 17 January 2025- NLT 5:00 PM Eastern Standard Time Submissions MUST be submitted via electronic email copy ONLY 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 up to 10 January 2025- 5:00pm Eastern Standard Time. 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 five (5) 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/f9de6e55f34042f3a3ab574cc71be432/view)
 
Place of Performance
Address: Miami, FL 33122, USA
Zip Code: 33122
Country: USA
 
Record
SN07319612-F 20250124/250122230102 (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.