Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOURCES SOUGHT

99 -- Architectural /Engineering Services for Modernization of the Airport Traffic Control Tower at Twin Falls, Idaho

Notice Date
11/8/2005
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-06-R-00006
 
Response Due
11/18/2005
 
Description
Project Description: Provide all professional architectural, engineering, and other related technical services, labor, materials and equipment to prepare all design and construction documents needed for the modernization of the existing ATCT as well as design a new Base Building facility, approximately 1500 square feet. The design shall conform to FAA Order 6480.7D, "Airport Traffic Control Tower & Terminal Radar Approach Control Facility Design Guidelines." Building design shall conform to the latest FAA national standards and task directives, applicable building codes, standards and regulations for building construction. Design includes all legal surveys, site investigations, geotechnical investigation with recommendations, civil, utility, landscaping, architectural, foundation, structural, mechanical, plumbing, duct bank cabling for telecommunication, power and control cables, electrical, fire protection security and furniture drawings, specifications, construction cost estimates, calculations, and design data handbooks with manufacturers cut-sheets and literature. Furniture design and selection shall be limited to the GSA/FAA pre approved manufacturers and suppliers, using established specs and designation procedures. Details are available in the attached Statement of Work. Construction support services may also be required as determined by the FAA. Estimated time frame for A/E services: November 2005 to April 2006 Estimated Cost of Construction: $1,100,000 Purpose: The Federal Aviation Administration (FAA) Northwest Mountain Region is seeking a qualified full-service Architect-Engineer firm (A/E) to provide services for the design of the above subject Airport Traffic Control Tower and Base Building facility. All interested A/E firms must submit: 1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire; 2) a Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project and a table of hourly rates. Firms are requested to provide project information, which is specific to the design and/or renovation of tower type or high-rise structures, (height ranging from 60-feet to 200-feet), Administrative Base Building structures (1 or 2 story, approximately 1000 sq. ft. to 5,000 sq. ft.). Current projects are preferred. Evaluation Each potential vendor will be evaluated on the information provided in response to this 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 to clarify issues relating to scope, pricing and responsibility. The Government is seeking offers which provide the best combination of attributes and price in order to select the greatest value or "best buy," offer. Therefore, award may be made to other than the lowest priced offer based on the criteria listed below as previously provided through the SIR. Firms must ensure that the information provided is true and sufficiently complete so as not to be misleading nor require additional clarification. Failure to provide complete and concise information may lead to elimination from further consideration. Firms will be rated on the following Key Discriminators listed below: KD001 - Past Performance KD002 - Technical Experience KD003 - Pricing (Rates) The FAA requires any interested firm to complete and return the required documentation with any attachments as stated above. Firms shall submit all required documentation with any attachments by 4:30 PM PST November 22, 2005 to: Federal Aviation Administration Attn: Kevin O'Hara, ANM53 1601 Lind Ave SW Renton, WA 98055 KD001. Past Performance Provide the following information for Past Performance evaluation: A list of the last three (3) design contracts completed during the past five (5) years similar in size, complexity and scope, and all design contracts currently in progress similar in size, complexity and scope (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 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 owner's representative for each project. List of major sub-consultants Completed Forms 254 & 255 KD002. Technical Experience Provide the following information for Technical Experience evaluation: ATCT & High-Rise Structures Experience especially Modernization and Renovation FAA Work Experience (ATCTs and Base Buildings) Other Governmental Agency Experience Architectural Engineering Experience Landscaping / Interior Design Civil & Structural Engineering Experience: High-Rise Structure and Foundation Design Electrical Engineering Experience: Lighting Protection, Grounding, Bonding and Shielding Systems. Short Circuit Analysis and Protective Device Coordination Analysis. Tower/High-Rise Structure Fire Life Safety Systems. Electrical Systems as they relate to Mechanical Systems. Engine Generator Systems. Mechanical/Plumbing/Fire Protection Engineering Experience: Various design types of Heating Ventilation and Air Conditioning (HVAC) and digital building temperature/humidity control systems, complex ductwork and piping distribution systems. Various plumbing systems (domestic cold/hot water, waste and vent). Fire Life Safety Systems (e.g., stair pressurization and fire suppression systems). In-House Personnel Qualifications Provide a list of key personnel and their backgrounds, education, experience, awards, certification, licenses, and references. Demonstrate the staff's ability to perform the work in a timely manner while providing a quality product. List any subcontractors and their qualifications. KD003. Supply a table of hourly rates for applicable disciplines along with a proposed number of hours and price. Show a break down proposed payment schedule at 10%, 35%, 75%, 90% and 100%. Also show a breakdown of total fee by discipline: Architectural, Structural, Mechanical, Electrical Civil, Survey, Geotechnical and reimbursable expenses.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4467)
 
Record
SN00928614-W 20051110/051108212244 (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 |
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.