Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

Z -- IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON)

Notice Date
4/8/2025 1:14:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK25R00058
 
Response Due
4/15/2025 3:00:00 PM
 
Archive Date
04/30/2025
 
Point of Contact
Amber Jones, Linda Hennequant
 
E-Mail Address
amber.n.jones@faa.gov, linda.hennequant@faa.gov
(amber.n.jones@faa.gov, linda.hennequant@faa.gov)
 
Description
The purpose of amendment 0002 is to replace in its entirety the current Statement of Work with the attached REVISED Statement of Work and is made part of this solicitation, to extend the offer due date, removed clauses 3.6.3-14, 3.6.3-20, and answer vendor questions. The Federal Aviation Administration (FAA) is issuing Screening Information Request (SIR) Number 697DCK-25-R-00058, IIJA Funded - Fire Alarm Retrofit (PHL ATCT/TRACON), 15 Hog Island Rd, Philadelphia, PA 19153 as detailed in the Specifications and Drawings attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy. NOTICE OF EXEMPTION: The FAA has been exempted from several Federal laws and regulations as part of the 1996 DOT Appropriations Act. Some of the exemptions include the Federal Acquisition Streamlining Act of 1994, the Small Business Act, the Competition in Contracting Act, and the Federal Acquisition Regulations (FAR). The FAA�s Acquisition Management System (AMS), which became effective on April 1, 1996, is utilized in place of the FAR. ROUGH ORDER OF MAGNITUDE: The estimated magnitude of construction is between $50,000 and $100,000. SITE VISIT The FAA urges and expects offerors to inspect the site where the work will be performed. A one-time site visit will be conducted on Wednesday, 4/2/25 @ 10AM ET at PHL ATCT/TRACON, 15 Hog Island Rd, Philadelphia, PA 19153. You must provide a list of attendees to Christopher Vitaliti, christopher.vitaliti@faa.gov, by Tuesday, 4/1/25. Information provided at this site visit, as well as answers to questions must not change or qualify the terms and conditions of the solicitation or specifications. Terms remain unchanged unless the solicitation is amended in writing. ATTENDANCE AT THIS SITE VISIT IS STRONGLY ENCOURAGED. OFFER SUBMISSION Please see Part IV � Section L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS, for complete offer submission requirements. Electronic submission is mandatory. Hand delivered or mailed offers CANNOT be accepted. REFERENCE THE SOLICITATION NUMBER IN THE SUBJECT LINE. Emails with attachments that do not reference the SIR number in the subject line or the body of the message, will be disregarded to prevent the spread of computer viruses. BASIS OF AWARD The Government intends to make award based on successful negotiation of price and conformance with solicitation terms and conditions to the offeror that is considered to be the lowest priced, responsible offer. The Government will evaluate the Offeror�s proposed prices for fairness and reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of a competitive business. A fair price is one that covers the risks of performance while providing a reasonable profit. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. LIMITATIONS ON SUBCONTRACTING: In accordance with Clauses 3.2.2.3-41 & 3.6.1-7, the Prime Contractor must perform, work equivalent to at least 25% of the total cost of the contract, not including the cost of materials, using your own workforce on the site. QUESTIONS Reference Section L, 3.2.2.3-18 PROSPECTIVE OFFEROR'S REQUESTS FOR EXPLANATIONS. All questions must be addressed to Amber.N.Jones@faa.gov & Linda.Hennequant@faa.gov in writing. Any questions regarding this SIR/RFO must be received three (3) days prior to the date set for offers due. All email correspondences must contain the SIR # in the subject line. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. No individual notification of any amendments will be provided. It is the Offerors' responsibility to visit this website frequently for updates on this procurement. All questions must be addressed to the Contracting Officer in writing. ALL EMAIL CORRESPONDENCES MUST CONTAIN THE SOLICITATION NUMBER IN THE SUBJECT LINE. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. This advertisement must not be construed as a contract or a commitment of any kind. The Government will not be liable for payment of any costs attributed to the preparation and submission of offers in response to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eda92d4cffed4946905c3de2bd10c165/view)
 
Place of Performance
Address: Philadelphia, PA 19153, USA
Zip Code: 19153
Country: USA
 
Record
SN07401079-F 20250410/250408230050 (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.