SOURCES SOUGHT
99 -- Roof Replacement Air Route Surveillance Radar Site near Ashton, ID
- Notice Date
- 5/4/2004
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-53A NW Mountain Region (ANM)
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-04-R-00028
- Response Due
- 5/14/2004
- Point of Contact
- PATRICIA WORKMAN, (425)227-2863
- E-Mail Address
-
Email your questions to Pat.Workman@faa.gov
(Pat.Workman@faa.gov)
- Description
- I. Purpose: The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR must be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Integrated Product Team (IPT) who will evaluate each response received and makes a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. The intent of these negotiations are for the FAA evaluators, or IPT, to gain a better understanding of the proposed project and/or to clarify evaluation information submitted by the offeror. All offerors that are eliminated from the competition will be notified in writing. Written responses to this SIR are due by close of business (4:00 p.m. Pacific Daylight Time) on May 17, 2004. THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESS BUSNIESS CONCERNS (SB). The North American Industry Classification System (NAICS) code is 238160. For this code a small business is defined as a concern, which has annual average gross revenue of $12 million dollars or less during the last three fiscal years. Project Scope: The work consists of furnishing all labor, materials, and equipment for the removal of an existing roofing system and furnishing and installing of a new roofing system on the Transmitter/Receiver Building, the CD addition, the Engine/Generator Room, and the Living Quarters Building at the Air Route Surveillance Radar Site near Ashton, Idaho. The following descriptions briefly describe the major elements of the project and are provided soley for the purpose of revealing the general nature of the work involved. The Contractor is responsible for accomplishing all work in accordance with the applicable drawings, specifications and provisions of the contract. The Contractor as an integral part of the work shall provide all other material, equipment and labor not specifically detailed or specified, but necessary to complete the project. (a) Removal and disposal of existing modified built-up roofing system, including all wood blocking, fascias, flashing, roofing materials, roofing insulation, downspouts, and gutters. (b) Furnish and install a new fully adhered single-ply roofing system, including insulation and concrete pavers. (c) Provide and install additional support structures ie. Trusses steel decking as required supporting the new roofing product. (d) Remove existing lightning protection as necessary to accomplish the work and replace as required for the new lightning standard. The building address is located at: Ashton ARSR Targhee National Forest Fremont County, Idaho The magnitude of construction is from $150,000 to $300,000. The government contemplates award of a firm fixed price contract. Period of Performance is approximately 45 calendar days. The anticipated Notice to Proceed date is August 3, 2004. III. Evaluation criteria: Prospective offers are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated as either ???acceptable??? or ??? not acceptable??? on the basis of the following criteria. (a) Prime Contractor Qualifications (b) Past performance (c) Management understanding and approach (d) Qualifications of key personnel (e) Financial resources and capability Any proposal determined to be ???not acceptable??? in any evaluated area, criteria, or sub-element thereof, will render the entire proposal to be unacceptable and therefore rejected from further consideration. One-on-one discussions may be held, at the option of the Government, with one or more offers, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of funds: Funding for the entire subject project is not available at this time. The government???s obligation under the subject SIR is expressly contingent upon the availability of appropriated funds for each phase from which payment can be made. Offerors are hereby advised that no liability on the part of the government shall arise for bid and proposal costs. V. Technical Proposal Content (3 copies): A prospective offeror must submit a complete technical and business proposal, which will encompass, but is not limited to, the content set forth herein. All technical and business proposal areas must be fully addressed. A negative response is required in the event of no experience for a particular area, or for any item that is not applicable. Any omission or partial and vague responses may lead to the rejection of the offeror???s proposal without discussions with offeror. The government reserves the right to use and evaluate any and all available information pertinent to any offeror and its subcontractors, in addition to the data incorporated in the submitted technical and business proposals, and which may be related to performance periods beyond the last five (5) years. Criterion # 1. Contractor Qualifications. Be specific and provide details to clearly support expertise and ability in each of the below areas All submitted technical information, experience, past performance, qualifications key personnel, names of subcontractors, etc. must be considered proprietary data and must be utilized for evaluation purposes only and kept confidential. (a) The roofing contractor must be the prime contractor and hold the roofing manufacturer's certification (b) The roofing contractor must be certified with the roofing project manufacturer to be used for a minimum of 10 years. Criterion # 2. - Past performance: Provide a list of projects similar in scope of work to be done within the past 5 years. Be specific and provide details. For each project address the following points: (a) Project title, description, and contract number (b) Client names, business address, phone numbers, and contact person (c) Dollar value (d) Scope of work (e) Percentages of work subcontracted and nature of that work. (f) Award and completion dates. (g) Any contractual issues or technical matters disputed, and resolution thereof. (h) Any claims and resolution thereof (i.e. nature, number, dollar value.) (i) Any relevant information that would reflect on the offer???s ability to meet schedule constraints. (j) Any other pertinent information. Criterion # 3. - Management approach resources and abilities. Be specific and provide details to clearly support expertise and capabilities in each of the areas listed below: (a) Ability to schedule and monitor performance. (b) Ability to coordinate and communicate work schedules. (c) Expertise in Construction quality control - project inspection. (d) Management and coordination with subcontractors and government officials. (e) Safety and Environmental management policies. (f) Availability of manpower, equipment and bonding capacity to complete the project. (g) Any other relevant information. Criterion # 4. - Key Personnel Qualifications. The contractor's construction manager (foreman) must currently hold the position for five (5) consecutive years Be specific and provide details to clearly support the following: (a) Identification of the Construction Management Team (Project manager, Quality Control person, Safety coordinator, Onsite superintendent. (b) Resume information for all personnel identified above. Provide all pertinent data related to years of experience, employment history, education, training, accomplishments, licenses, certificates, etc. Criterion # 5. - Financial resources and capability Offeror must provide information to clearly demonstrate adequacy of financial resources. All submitted financial information must be considered proprietary data and must be utilized for evaluation purposes only and kept confidential. Documents will include as a minimum: (a) A complete set of financial statements (i.e. balance sheet, income, and cash flow statement) related to the last completed accounting period, inclusive of CPA???s Audit Opinion (if applicable), and interim year-to-date financial statements if available. (b) Full disclosure of any unresolved or pending litigation actions. (c) Bank references and lines of credit. (d) Any other relevant information. VI. Directions for submission of Technical Proposal (a) Directions for submitting proposals: Offerors wishing to submit a proposal through the U.S. Postal Service, Certified and Registered mail, Special Delivery, or U.S. Postal Express Mail must be addressed to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-53A 1601 LIND AVENUE SW RENTON, WA 98055-4056 Attn: Patricia Workman (b) Hand delivered proposals: Proposals that are delivered by hand or other types of express delivery services (i.e. Commercial Carrier, e.g. Federal Express, United Parcel Service, Airborne Express, etc.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-53A CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98055-4056 Attn: Patricia Workman FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED. (c) Due date for receipt of proposals. Proposal must be submitted to the designated office not later than close of business (4:00PM Pacific Standard Time), May 17, 2004. VII. Late submission of proposals and modifications (if applicable). Any proposal and modification (if applicable) received at the office designated in the SIR after the exact time and date specified for receipt may be considered and accepted, if it is in the best interest of the government as determined by the Contracting Officer. VIII. Changes to the SIR. Offerors are hereby advised that any changes (if any) to the subject SIR must be promptly posted to the applicable FAA Internet web page at: www.faa.gov and complete adherence to the published changes is required. IX. Procurement Process. (a) Screening Information Requests (SIR). Review and evaluation of each offeror???s technical proposal. A submitted technical proposal must be deemed to be either ???acceptable??? or ???not acceptable???. The Contracting Officer will promptly notify results of the evaluation to each offeror in writing. (b) Request for Offer (RFO). Issuance of the solicitation documents. Those offerors with ???acceptable??? proposals in response to this SIR will be sent a complete solicitation package inclusive of plans and specifications, and contract terms and conditions. Issuance of the solicitation package to selected qualified offerors is scheduled for May 24, 2004. (c) Award review and selection. Subject to availability of funds, contract award may be made to the responsible offeror presenting the technically acceptable proposal, which is considered to be the best value to the government regarding price, terms and conditions. X. Applicable FAA Clauses 3.1-1 Clauses and Provisions Incorporated by Reference (August 1997) This screening information request (SIR) or contract, as applicable, incorporates by reference one or more provisions or clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at http://fast.faa.gov (on this web page, select "toolsets", and then "procurement toolbox". (End of Clause) 3.3.1-10 Availability of Funds (April 1996) 3.2.2.3-1 False Statements in Offers (April 1996) 3.2.2.3-11 Unnecessarily Elaborate Submittals (April 1996) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (April 1996) 3.2.2.3-13 Submission of Information, Documentation, and Offers (April 1996) 3.2.2.3-16 Restriction on Disclosure and use of Data (April 1996) 3.2.2.3-17 Preparation of Offers (October 1996) 3.2.2.3-18 Explanation to Prospective Offerors (April 1996) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (August 1998) Appendix A Complete listing of all subcontractors Provide a complete list of all proposed and potential subcontractor(s) who may perform on the subject contract. Government evaluation and award will be based in part upon experience and proficiency of the named subcontractors; it is expected and required that these subcontractors work on the subject contract. The resulting contract terms and conditions must state that any changes (i.e. designation of subcontractors or scope of work to be performed) will require the advance written approval of the Contracting Officer. (a) For each subcontractor state the following: 1. Company name 2. Address 3. Phone and FAX number 4. Contact person 5. Scope of work planned (b) For each subcontractor provide relative past performance for last 3 years. For each project state: (1) Project title, description, and contract number (2) Dollar value (3) Customer names, address, phone number, and contact person (4) State scope of work performed (5) Performance period (i.e. dates and number of calendar days) (6) Ability to meet schedules and budget constraints (7) Any noteworthy technical problems encountered and solution. (8) Any contractual issues or technical matters disputed and resolution thereof (9) Any claims and resolution thereof (i.e. nature, number, dollar value)
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00579487-W 20040506/040504211937 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |