Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16, 2001 PSA #2767
SOLICITATIONS

Y -- CONTSTRUCTION OF NEW ATCT AND TRACON IN ROANOKE VA

Notice Date
January 11, 2001
Contracting Office
Federal Aviation Administration, Contracts Branch, Eastern Region, 1 Avaition Plaza, Jamaica, NY 11434-4809
ZIP Code
11434-4809
Solicitation Number
DTFA05-01-GFM01
Response Due
February 11, 2001
Point of Contact
Glenn Fox McCarthy Contracting Officer (718) 553-3085
Description
The Federal Aviation has a requirement to construct a new Airport Traffic Control Tower (ATCT) and Terminal Radar Approach Control (TRACON) facility in Roanoke, Virginia. This project consists of constructing an 165' AGL (cab floor height) precast/post tensioned concrete ATCT with an 13,300 S.F. steel framed, with precast concrete curtain wall Base Building with access roads, vehicular parking and other associated site work. The estimated price range for construction is between $7,000,000 and $9,000,000, and is to be constructed on an undeveloped 3.65-acre site located at the Roanoke Regional Airport. This project is one hundred (100) percent set aside for Socially and economically Disadvantaged Businesses (SEDB 8a). All potential offerors must submit their SEDB, 8A Certification. The contractor shall perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees. The NAICCS Code for this project is 234990. Purpose The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential offerors. Screening decisions will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors will receive the Request for Offers (RFO). Failure to provide this information shall eliminate the contractor from receiving an RFO. (A) Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts completed during the past five (5) years similar in size, complexity and scope, and all prime contracts currently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers. Include the following information for each prime contract: Name of contracting activity. Contract number. Contract description. Total contract value. Contracting officer, name, address and telephone number. Owner's Representative name and telephone number and two (2) references from the owners or the owners' representative for each project. List of major subcontractors. (B) Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction: High-rise precast concrete panel construction (structural and architectural). Electrical installation, including High Voltage, Engine Generators, UPS and Class-A fire alarm. Mechanical systems installation, including fire suppression systems. High-rise construction (structures over 200 feet in height). Site preparation and development. FAA experience Work on airports. (C) Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete a project of this magnitude. The following information shall be provided. Bonding capacity. Insurability. Credit worthiness/history. Basis for Award This is a Best Value procurement. Past Performance, Technical Experience, Financial Capability evaluation, and cost will be used for the basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for award. Contractors who qualify under the SIR will receive the Request for Offer (2nd SIR). The Government reserves the right to award on initial offers without discussions or to conduct one on one discussions with one or more offerors. The Government is seeking offers that provide the best combination of quality and price in order to select the greatest value or "best buy" offer. Therefore, award may be made to other than the lowest price offered. Past Performance, Technical Experience and Financial Capability will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of 80% or less shall not be considered for award. Key Discriminators KD001 Past Performance Quality of Product or Service -- compliance with contract requirements -- accuracy of reports. Timeliness of Performance -- met interim milestones -- reliable -- responsive to technical direction completed on time, including wrap-up and contract administration. Cost Control -- within budget current accurate and complete billings relationship of negotiated costs to actual cost efficiencies. Customer Satisfaction satisfaction of end users with the contractor's installation. KD002 Technical Experience The offeror's proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed to evaluate the offeror's understanding of and capacity to accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. Offerors who fail to meet the requirements of this solicitation, may be down selected. KD003 Financial Capability Bonding Capacity Insurability and Credit References Net Worth, Banking References
Record
Loren Data Corp. 20010116/YSOL007.HTM (W-011 SN50A757)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on January 11, 2001 by Loren Data Corp. -- info@ld.com