SOLICITATION NOTICE
Z -- Security Gate Replacement at Farmington, NY (FRG) Air Traffic Control Facility
- Notice Date
- 4/21/2025 8:39:05 AM
- Notice Type
- Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 6973GH-25-Q-00069
- Response Due
- 5/2/2025 2:00:00 PM
- Archive Date
- 05/04/2025
- Point of Contact
- Chase Bartlett, Josh Huckeby
- E-Mail Address
-
chase.r-ctr.Bartlett@faa.gov, joshua.d.huckeby@faa.gov
(chase.r-ctr.Bartlett@faa.gov, joshua.d.huckeby@faa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- GENERAL: Security gate and fence installation at FRG Air Traffic Control Tower (ATCT) located in Farmington, NY. The official fillable Request for Quote (RFQ) document 6973GH-25-Q-00069 and requirement specifications are attached to this announcement. This is competitive procurement is 100% set-aside for Small Business concerns. The FAA's Estimated Cost for this project is between $80K - 120K. This is an estimate only. This is a competitive award process for a Firm-Fixed-Price (FFP) purchase order seeking the lowest price offeror determined otherwise eligible for award. Offers who indicate their price is contingent, conditional, or based on assumptions not explicitly covered by the RFQ or the Statement of Work, are neither firm nor fixed, and therefore cannot be equally evaluated in a fair and equal competitive environment. Offerors that cannot be evaluated in a fair and equal competitive environment will be determined ineligible for award. It is suggested that offerors respond to this RFQ as instructed and provide no additional information in their response that could be understood by the FAA to take exception to the terms and conditions stated in the RFQ. SITE VISIT AND Q&A AMS clauses 3.2.2.3-42, Differing Site Conditions, and 3.2.2.3-43, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded under this SIR. Accordingly, FAA urges and expects offerors to inspect the site where the work will be performed. The gate and fence site is publically accessible. Interested vendors may inspect this area without appointment. The building where indoor electrical work will occur will require an appointment to access. Interested vendors must contact the POC below to make indoor site access arrangements: Street Address: 7170 Republic Airport, Farmingdale, NY FAA POC Name: Chris Vitaliti FAA POC Phone: 516-316-2424 FAA POC Email: christopher.vitaliti@faa.gov All questions from interested vendors resulting from the site visit and RFQ must be submitted in writing to the contracting officer via email. Questions about this RFQ or requirement documentation are due not later than 5 business days prior to closing date of solicitation. No questions or conversations or statements made by any site visit escort or any other parties constitute official changes of any kind to this RFQ. The contracting officer is the only person with delegated authority by the FAA to agree to changes to official solicitation information. The FAA does not assume responsibility for any understanding reached or representation made concerning requirement descriptions or site conditions which can affect the work, by any other unauthorized individuals. HOW TO RESPOND Eligible offerors must fully complete and submit (a) the RFQ document and (b) a Work Plan Narrative via email no later than the offer due date. The FAA requires that all submittals, including attachments, be submitted electronically to the following prior to the close of the solicitation period: Email: chase.r.bartlett@FAA.gov and joshua.d.huckeby@faa.gov Solicitation period closes on: 5/2/2025 at 1600 (Central) Offers received after the close of the solicitation period will be determined �late�, and will not be considered for award. Email is the required method of response, please include ""6973GH-25-Q-00069_(your company name)� the subject line of your response email. Information provided will not be released outside the FAA but please mark PROPRIETARY on all documents submitted as necessary. TO BE FULLY RESPONSIVE TO THIS RFQ AND ELIGIBLE FOR AWARD, OFFERORS MUST SUBMIT THE FOLLOWING: a. COMPLETED RFQ DOCUMENT: Offeror information Total Firm Fixed Price information. All representations and certifications, and other fill-ins highlighted throughout the RFQ document. These have been highlighted for your convenience. Offerors must submit the full document as one single attachment. Do not excerpt pages. b. WORK PLAN NARRATIVE (DO NOT INCLUDE PRICING INFORMATION OF ANY KIND IN THIS SUBMITTAL) Required key items: A brief work plan (Identify major project milestones and estimated completion schedule in number of days after work begins) Description of labor mix (what types of laborers and how many of each) Description of major equipment to be used if awarded the project. (Although not required, the FAA Requests offerors to limit their narrative to no more than 3 total pages if possible) Proposed material data A complete material list showing all items proposed to be furnished and installed. The list must include manufacturer's name, and material and equipment identification such as style, type, or catalog number, to permit ready and complete identification. Sufficient data to demonstrate that all such materials meet or exceed the specified requirements. A manufacturer's statement indicating complete compliance with the applicable Federal Specification or Military Specification will be acceptable proof of such compliance. Specifications, installation instructions, and general recommendations from the materials' manufacturers showing applications and procedures under which it is proposed that the materials will be installed. HOW YOUR OFFER WILL BE EVALUATED Offerors are encouraged to submit their lowest and best offers initially. The FAA reserves the right to conduct communications with one, some, or all offerors. Communications with offerors may be conducted to clarify or support proposal information but will not be used to allow changes to conduct individual negotiations or proposal pricing information in any way. It is the FAA�s intention to award without communications after the close of the solicitation. Responses to this announcement will be evaluated for (A) LOWEST PRICE, (B) RESPONSIVENESS, and (C) ACCEPTABILITY. For the purpose of this RFQ, each are defined as follows: LOWEST PRICE: Upon closing of the solicitation period, the lowest price offeror will be determined from amount filled-in amount on Page 2, column F. Price will be evaluated for realism consistent with the level of effort needed to complete this project. Unrealistically low or high offers that pose a significant risk to the FAA, or the offeror if awarded a contract, may be excluded. The lowest price offeror will proceed to be further evaluated for factors B and C below. In the event the lowest price offeror is determined ineligible for award, the next lowest price offeror will be evaluated in order of lowest to highest total price until an award can be made. RESPONSIVENESS: Offeror submits a completed and signed RFQ document and Work Plan Narrative that clearly addresses all key items to the POC of this announcement not later than the offer due date. Offers will be evaluated for completion of all required items on the RFQ form. Representations and certifications and other fill-ins will be reviewed for completion and content. If such responses to these items pose significant risk to the FAA, the FAA reserves the right to determine the respective offeror ineligible and not further evaluate for award. ACCEPTABILITY: The lowest price Offerors� Work Plan Narrative will be evaluated to ensure all key items identified in Paragraph 2 above are addressed and material conformance to required specifications. The FAA reserves the right to determine an offeror ineligible for award if the evaluation of the work plan narrative is missing any of the key items, proposed materials do not conform to specification, or if the information indicates the level of effort being proposed is not consistent or is unrealistic for the work to be performed. BASIS FOR AWARD Upon completion of this evaluation, the FAA intends to award a single purchase order to the lowest price offeror otherwise determined eligible for award. The FAA reserves the right to cancel this solicitation at any time, for any reason, and without prior discussions with solicited offerors. System for Award Management (SAM.gov) is the FAA�s official forum for this RFQ. Award Management System (AMS) is the FAA�s governing acquisition regulation. The FAA is an excepted agency from the Federal Acquisition Regulation (FAR). You may learn more about the FAA�s AMS at the following website: https://fast.faa.gov/PPG_Procurement.cfm The FAA values it�s partnership with industry and seeks robust competition for our requirements whenever possible to provide the best stewardship of your tax dollars possible. In doing so, the FAA must also maintain the utmost integrity and fairness to all interested offerors in conducting such competitions. The FAA thanks you for your interest in this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0e535c2f77054c8f88c555342727b0c4/view)
- Record
- SN07415469-F 20250423/250421230045 (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 |