MODIFICATION
99 -- SECOND ANNOUNCEMENT - BUILDING RENOVATION OF THE ARTCC FACILITY IN PALMDALE, CA
- Notice Date
- 4/16/2007
- Notice Type
- Modification
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AWP-55 Western Pacific Region (AWP)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWP-07-Q-00953
- Response Due
- 4/20/2007
- Description
- SECOND ANNOUNCEMENT: This Small Business Set-Aside Project Deadline has been extended to APRIL 20, 2007. ATTENTION: DELETE Item (F) MINORITY/WOMEN EMPLOYMENT: Firms must provide the percentage of minority employees in all job classifications and pay scales. This will be evaluated in relation to the percentage of minorities in the immediate locality and general surrounding area. Identify the number of women in all classification and pay scales. THIS IS A SMALL BUSINESS SET-ASIDE PROJECT. ADDITIONALLY: The Lending and Bonding Clause has been added to the bottom of this Announcement. The Archiving Date has been changed from April 6 to APRIL 13, 2007. SIR Description: Contractor must furnish all necessary labor, materials, equipment and services required to complete the Air Route Traffic Control Center (ARTCC) modernization of the 2nd floor and attic and the 1st Floor Control Room. Criteria: (A) SPECIALIZED EXPERIENCE OF THE FIRM: Firm must submit detailed review of at least two projects accomplished recently which demonstrate successful accomplishment of business/office/industrial/commerce building, primarily engaged in general construction, abatement, renovation, facilities upgrade, electrical, mechanical and other structures installation. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented and how objectives were met (include time tables). Projects completed for the Federal Government or FAA in particular should be included, if any. (B) CAPABILITY AND CAPACITY OF FIRM TO ACCOMPLISH THE WORK: Firm must submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member presently employed by the company who will be devoting all or a majority of their time to this project. Resumes should include: name, educational background, present position or title, type of experience with performing building renovation work. Resumes of key individuals employed by subcontractor must also be included. For executive/ supervisory personnel a minimum of three years of direct executive or supervisory control of an organization is needed. Firm must provide relevant recent experience and technical knowledge or project personnel and outside consultants. Firm must provide current workload, total number of on-going projects, their construction value or fee and percentage of completion.(C) ORGANIZATION STRUCTURE: Information necessary to determine the organizational structure of the firm. (D) PAST PERFORMANCE: Firm must provide information on past performance on contracts with the Department of Transportation and other Government agencies and private industry in terms of cost control, quality of work, accuracy of construction cost estimates and the number, dollar amount and reasons for construction change orders. Include date showing the project original contract completion date and the actual contract completion date. (E) FINANCIAL CAPACITY/BONDING INFORMATION/DCAA AUDIT (IF ANY): Firms must provide information necessary to determine the organizational structure of the firm. (F) MINORITY/WOMEN EMPLOYMENT: Firms must provide the percentage of minority employees in all job classifications and pay scales. This will be evaluated in relation to the percentage of minorities in the immediate locality and general surrounding area. Identify the number of women in all classification and pay scales. A REQUEST FOR OFFER (RFO) SOLICITATION PACKAGE WILL BE ISSUED ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE QUALIFIED FOR THIS PROCUREMENT. OFFERORS SHOULD FORWARD THEIR SUBMITTAL DOCUMENT PACKAGE ADDRESSED TO DEANA GALLOWAY, CONTRACTING OFFICER, AWP-55 AT THE FOLLOWING ADDRESS: FEDERAL AVIATION ADMINISTRATION, P.O. BOX 92007, LOS ANGELES, CA 90009-2007. ALL SUBMITTAL DOCUMENTS MUST BE RECEIVED AT THE DESIGNATED OFFICE NO LATER THAN CLOSE OF BUSINESS APRIL 13, 2007. Delivery Period: 120 Days NAICS: 235940 Dollar Range: $3,000,000 - $5,000,000 Issue Date: 03/19/2007 Status: OPEN-Closes 04/06/2007 T3.6.1 - Small Business Development Program (Revision 19, October 200) Small Business Development 5: DOT Lending and Bonding Program Revised 7/2005. a. To promote the financial assistance programs available from the OSDBU (S-40), procurement teams should add the following information in each public announcement of a procurement containing a bonding requirement: "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169." b. The following should be included in all public announcements of all other procurements that do not require bonding: "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." (Revised 10/2003)
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5507)
- Record
- SN01274177-W 20070418/070416220448 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |