SOLICITATION NOTICE
99 -- ONSTRUCTION OF A NEW AIRPORT TRAFFIC CONTROL TOWER (ATCT) AND ADMINISTRATIVE BASE BUILDING FACILITY AT LONG ISLAND MACARTHUR AIRPORT, RONKONKOMA, NEW YORK.
- Notice Date
- 5/8/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AEA-55 Eastern Region (AEA)
- ZIP Code
- 00000
- Solicitation Number
- DTFAEA-07-R-00010
- Response Due
- 6/8/2007
- Archive Date
- 7/8/2007
- Description
- The Federal Aviation Administration (FAA) Eastern Logistics Service Area-NY, is seeking qualified vendors to construct an Airport Traffic Control Tower (ATCT) and Administrative Base Building facility at Long Island MacArthur Airport, Ronkonkoma, New York. Pre-Qualification process will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified vendors will receive the 2nd Screening Information Request, the Request for Offer, (RFO). Failure to provide All the information that is requested below for evaluation purposes shall eliminate the offeror from receiving the 2nd SIR (RFO). The project shall include, but not be limited to: the construction of a 129-foot (above ground level) to the cab floor, structural precast concrete panel Airport Traffic Control Tower (ATCT) with a 500 square-foot steel framed control cab, a 8,300 square foot 1-story administrative base building constructed with insulated-concrete-form (ICF) walls with a masonry veneer, a steel framed/composite-concrete-metal deck roof system, along with all required site, airfield and utility work. Augured cast-in-place concrete piles will support the facility. The entire facility will be constructed on a 1.15-acre site, surrounded by existing operational airport facilities including the existing ATCT. The estimated price range is more than $10,000,000.00. Construction contract documents will be available on or about July 30, 2007. Contract performance time for this project is approximately 730 calendar days. Construction start is scheduled for November 2007. This SIR is open to both Large & Small Business, under NAICS Code 236220 Security background checking/fingerprinting of construction personnel may be required. Required Submissions: Firms should ensure that the information provided is true and sufficiently complete so as not be misleading nor require additional clarification. (A) Financial Capability Firms shall provide a letter from the Bonding Company and the Insurance Company stating that you have sufficient financial resources/rating and ability required to provide the following: 1. Performance Bond and Payment Bond for 100% of the construction value. 2. Insurance coverage's as follows: - Worker's Compensation Insurance - Commercial and General Liability $5 Million - Commercial Auto Liability $2 Million (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: 1. High-rise building construction (minimum 10-story) 2. Precast and cast-in-place concrete construction 3. Site preparation and development in a limited area 4. Electrical systems installation including high voltage and engine generators 5. Class-A fire alarm, fire suppression, and security systems 6. Mechanical systems installation including Direct Digital Control (DDC) systems 7. Pile driving/auguring experience 8. FAA or Airport experience (C) 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 specifically 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: 1. Name of contracting activity (Client) 2. Contract number. 3. Contract description. 4. Total contract value. 5. Contracting officer, name, address and telephone number. 6. Owner's Representative name and telephone number and two (2) references from the owners or the owners' representative for each project. 7. List of major subcontractors. Evaluation Criteria Each potential vendor will be evaluated on the information provided in response to this 1st SIR. Financial Capability, Technical Experience and Past Performance will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of less than 80% shall not be considered for award. Key Discriminators KD001 - Financial Capability 1. Bonding Capacity 2. Insurability and Credit References Determination of Financial Capability - Offerors must meet this requirement in order to qualify for receiving the plans and specifications for this project. Financial Eligibility will be graded Pass or Fail. Offerors that fail the financial eligibility will be automatically disqualified. KD002 - Technical Experience The offeror's proposal shall demonstrate in a detailed clear and concise manner all the specialized technical experience listed above 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 will be down selected. KD003 - Past Performance 1. Quality of Product or Service - compliance with contract requirements - accuracy of reports. 2. Timeliness of Performance - met interim milestones - reliable - responsive to technical direction - completed on time, including wrap-up and contract administration. 3. Cost Control - within budget - current accurate and complete billings - relationship of negotiated costs to actual - cost efficiencies. 4. Customer Satisfaction - satisfaction of end users with the contractor's installation. Basis for Award This is a Best-Value procurement. Financial Capability, Technical Experience, Past Performance evaluation, and cost will be used for the basis of award. This SIR is the first step in qualifying potential offerors for construction contract award. Contractors who qualify under this 1st SIR will receive the 2nd SIR (RFO). The RFO will be sent out to pre-qualified contractors on or about July 30, 2007. The Government reserves the right to award on initial offers without discussions or to conduct one on one discussion with one or more offerors. The Government is seeking offers that provide the best combination of quality and price in order to select the best value offer. Therefore, award may be made to other than the lowest price offered. RESPONSES ARE DUE BY May 29, 2007, 2:30P.M. EST and should be mailed in TRIPLICATE to: Federal Aviation Administration, Attn: Terry Mirro (AEA-55), 1 Aviation Plaza, Jamaica, NY 11434-4809. MARK THE LOWER LEFT CORNER OF THE ENVELOPE: "RESPONSE TO ISLIP ATCT DUE: May 29, 2007, SIR No. DTFAEA-07-R-00010. Facsimile responses will NOT be accepted. DUE TO STRINGENT SECURITY REQUIREMENTS, HAND CARRIED PROPOSALS WILL NOT BE ACCEPTED. Any questions regarding the SIR should be directed in writing to Terry Mirro, Contracting Officer, FAA (AEA-55), 1 Aviation Plaza, Jamaica, New York 11434-4809, Telephone (718) 553-3079 Facsimile (718) 995-5685 or Steve Smith, 718-553-4855 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."
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5668)
- Record
- SN01289531-W 20070510/070508220357 (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 |