SOURCES SOUGHT
99 -- REMOVE, DISPOSE OF FURNISH/REPLACE RACK AND PINION DRIVE ELEVATOR AT SAN FRANCISCO AIRPORT SURFACE DETECTION EQUIPMENT (ASDE) TOWER, SAN FRANCISCO INTERNATIONAL AIRPORT (SFO), SAN FRANCISCO, CA
- Notice Date
- 4/20/2007
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AWP-52 Western Pacific Region (AWP)
- ZIP Code
- 00000
- Solicitation Number
- DTFAWP-07-R-01052
- Response Due
- 5/22/2007
- Description
- Description: Contractor must provide all supplies, equipment, labor, transportation, and other service required to remove, dispose of existing, furnish, and install a new Rack and Pinion Drive Elevator at San Francisco Airport Surface Detection Equipment (ASDE) Tower, San Francisco International Airport (SFO), San Francisco, CA in accordance with applicable project terms and conditions, specifications, and drawings. SCOPE OF PROJECT: Remove and dispose of existing Champion rack and pinion drive elevator, controls, and electrical components located at SFO ASDE Tower, furnish, and install in accordance with project specifications, elevator manufacturer's guidelines and all applicable ANSI/ASME A17-2004 specifications, one new, complete rack and pinion elevator ready, functional, and certified for operation upon completion of project work. All work and end/finished product must be ASME A17.1 code compliant. All electrical work must be in accordance with project specifications, drawings, current edition of National Electrical Code, and FAA Standard FAA-C-1217f. SECURITY. Site location and work is within SFO Airport Operations Area (AOA), contractor must strictly comply with all FAA and SFO security requirements. FAA will escort Contractor personnel and vehicles within SFO AOA. Contractor personnel, vehicles, equipment and materials are subject to interview and/or random searches by SFO Transportation Security Administration (TSA) personnel. OSHA REGULATIONS, CLIMBING TOWER: Contractor personnel that will perform work on the SFO ASDE Tower during this project must possess the proper "Certificate of Training". The SFO ASDE Tower may not meet all OSHA Regulations; therefore, all "climbers" must be trained as a "Competent Person" per OSHA Regulation 29 CFR 1910.66 App. C. OSHA guidelines specified in OSHA Regulation 29 CFR 1926 Subpart M must be applied when performing work on the SFO ASDE Tower. Copies of employees' "Certificate of Training" must be submitted to the Contracting Officer prior to issuance of Notice-To-Proceed to commence physical work on the Tower. QUALIFICATIONS. To be determined qualified an Offeror must be responsive to the terms of the Request For Offer (RFO) and at a minimum be able to show successful past performance with similar projects within the previous five year period. Similar projects includes, but is not limited to, elevators/structures 80' or more in height, regular employees possessing required training certificates, and competent electrical skills by licensed tradesman/subcontractor. OFFEROR'S LIST. Firms interested in participating as the prime contractor for this project must request that they be included on the Offeror's List by submitting a written request to the Contracting Officer no later than 1:00 P.M., Pacific Time on May 22, 2007. VERBAL REQUESTS WILL NOT BE ACCEPTED. Written requests must include company name, mailing address, FedEx address, telephone and facsimile numbers, email address, name, telephone and email address of point of contact and should be addressed to Mr. David M. Klinger at one of the addresses listed below. It is anticipated that the Request For Offer will be issued May 29, 2007. U.S. Mail FAA/AWP-52 Acquisition Section/D. Klinger P.O. 92007 Los Angeles, CA 90009-2007 FedEx/UPS FAA/AWP-52/Rm 5018 Acquisition Section/D. Klinger 15000 Aviation Blvd. Hawthorne, CA 90250 E-Mail/Facsimile*: E: David.klinger@faa.gov F: 310-725-6842 *The FAA will not be responsible for failure of receipt attributable to either of these electronic methods of transmission. If you choose to use one of these methods, you are encouraged to confirm receipt by contacting the Contracting Officer. EVALUATION OF OFFERORS FOR AWARD. Each Offeror's scores for price, past performance, and schedule will be added together to identify the Offeror with the most favorable score. A total of 100 points is possible with the relative value of scoring listed below in descending order of importance. ??? 50 points - Price ??? 30 points - Past Performance ??? 20 points - Schedule AWARD. The FAA may make an award without communication or discussion with the offerors; however, the FAA may choose to communicate, discuss or negotiate with one or more offerors during the award process. The FAA also reserves the right to cancel this requirement at anytime prior, during, or after the RFO closing date. NOTICE: "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." ??? Performance/Schedule: Material - 180 days. On-Site - 60 days. ??? NAICS Code: 235950, Building Equipment and Other Machinery Installation. ??? Dollar Range: $250,000.00 - $500,000.00 ??? Issue date: 04/20/07
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5613)
- Record
- SN01277835-W 20070422/070420220624 (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 |