SOURCES SOUGHT
99 -- Commerical Electrical Work at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK
- Notice Date
- 3/27/2025 1:30:39 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- MrktSrvy_027-TSP_Electrical_MMAC
- Response Due
- 4/11/2025 1:00:00 PM
- Archive Date
- 06/01/2025
- Point of Contact
- Neil Amaral, Phone: (405) 954-8381, Charity Daniel
- E-Mail Address
-
neil.s.amaral@faa.gov, Caridad.Daniel@faa.gov
(neil.s.amaral@faa.gov, Caridad.Daniel@faa.gov)
- Description
- LOCATION OF WORK/PROJECTS: TPS-027 is a three-story building located at Mike Monroney Aeronautical Center at 6500 South MacArthur Boulevard, Oklahoma City, OK 73169. This market survey IS NOT A REQUEST FOR PROPOSAL/SCREENING INFORMATION REQUEST AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. It is a market research tool being used to assist in the determination of an acquisition plan. Appropriate acquisition planning will be determined after consideration of industry responses to this announcement and other factors. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this notice. Magnitude of Construction: $1,000,000.00 to $5,000,000.00. This market survey is being issued to assist the FAA in meeting the electrical needs at the Thomas P. Stafford building (TPS-027) at the Mike Monroney Aeronautical Center in Oklahoma City, OK includes: Description of Facility: Building Area: 222130.6 SF Building Age: Built in 1/1/1992, with multiple renovations. Building Function: Training, classrooms, admin. spaces, etc. Description of Work: This project is to upgrade the existing electrical main service equipment, Motor Control Centers, and some secondary switchboards downstream from the main service. The work will be accomplished in different phases with scheduled power outages. The project consists of a Base Bid and ten (10) bid options: Base Bid: Providing and installing temporary power substations to provide temporary power as needed during the construction. Replacing the buildings 4000A main-tie-main switchgear in its entirety. Re-connecting the feeder branch circuits. Installing 2 busduct tap boxes. Replacing existing motor starters at the 800A Motor Control Center. Replacing a 1600A switchboard. Replacing a 400A switchboard. Re-using the existing feeder branch circuits conductors. Bid Options: Providing and installing new feeder branch circuit conductors associated with the upgraded equipment. The conductor sizes range from #2 AWG to 500Kcmil AWG. Contractor shall provide, but not limited to, all labor, materials, and equipment required for all work as described in the applicable contract documents. The FAA contemplates a single contract award Firm-Fixed Price contract in the Electrical Construction trade (NAICS 238210 Size Standard $19M). Contract performance period is contemplated/estimated at 180 calendar days. The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. Responses to this market survey will be used for informational purposes only. Interested firms submitting a response are requested to provide the following information: 1. COMPANY INFORMATION Name and address of company Point of contact (name, title, telephone number, and email address) SAM Unique Entity Identifier (UEI) Number 2. CAPABILITY STATEMENT � This document should identify the following: Type of electrical and/or construction services provided by your firm State capability to organize, manage, and complete construction projects within established cost and schedule Size and type of services provided on previous contracts Number of years in business 3. SMALL BUSINESS TYPE - Specify all Small Business Classifications (i.e. 8a, Veteran Owned, Service-Disabled Veteran Owned, etc.) SEDB 8(a) interested vendors must provide a copy of their SBA 8(a) certification letter to verify eligibility. All correspondence and responses to this market survey should be received by 3:00 p.m. CS (Oklahoma) Time, Thursday, April 11, 2025. All submittals, including attachments, shall be submitted electronically to the FAA Contracting Office using the following email addresses: neil.s.amaral@faa.gov. Please include �MARKET SURVEY RESPONSE: �TPS-027 Replace Switchgear MCC� in the subject line of your email. Information provided will not be released however please mark PROPRIETARY on all documents submitted as/if necessary. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. No entitlement to payment of direct or indirect costs or charges by the FAA will arise as a result of submission of responses to this market survey and the FAA's use of such information. The FAA is not seeking or accepting unsolicited proposals.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f55b010061aa4fbf948c1f81ed44d81c/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07389707-F 20250329/250327230054 (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 |