Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOURCES SOUGHT

99 -- Construction of an Approach Lighting System (ALSF), at Boise Air Terminal, Boise, Idaho

Notice Date
2/26/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00052
 
Response Due
3/4/2008
 
Point of Contact
Alex Seguin, (425) 227-2687
 
E-Mail Address
Email your questions to alex.seguin@faa.gov
(alex.seguin@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 shall 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) which will evaluate each response received and make 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 is 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 Standard Time) on March 27, 2008. THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESS UNDER NAICS (238210) SIZE STANDARDS. II. Project Scope: Construction of a High Intensity Approach Lighting System with Sequenced Flashing Lights (ALSF-2/SSALR) to serve Runway 10R at the Boise Air Terminal in Boise, Idaho. Work includes the installation of a 32' x 32' Government Furnished Equipment/Engine Generator building (including Fuel Tank and Load Bank installation), installation of a threshold bar and light stations spaced approximately 100 ft apart, duct bank and cable installation, and miscellaneous site work. The first 1000 ft of lighting system (portion inside the runway safety area), shall be installed within a 30 day period. The last 1000 ft of the lighting system, shall be installed on a 15 ft wide steel truss bridge. The bridge is being installed under a separate contract. Award is anticipated by June 15, 2008 with construction though August 2008. Magnitude of construction: Between $1,000,000 and $2,000,000. ** Construction Drawings and Specifications are being reviewed and should be ready by mid April, 2008. ??? 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. Prime Contractor Qualifications Past performance Management understanding and approach Qualifications of key personnel 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. Availability of funds: Funding 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. 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 three (3) years. Required Contractor Qualifications Offerors must demonstrate that they meet the following qualifications by citing a specific project or projects during which they accomplished the required task(s). Submit qualification information on a Company Experience Form (Past Performance). The form may be completed in any legible manner, as long as the information is clear, in the same order, and is kept concise. Letters from project customer(s) or project prime contractor (if applicable) rating offeror's performance on submitted projects is allowed and encouraged. For projects wherein the offeror was a subcontractor, provide a point of contact name, phone number, and address is required for the General or Prime Contractor as well. The government reserves the right to verify performance by soliciting feedback from the sponsor/owner/customer and/or General Contractor. Knowledge and Experience Mandatory qualifications All of the following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. 1. Demonstrated successful completion of ILS and/or airfield lighting projects of similar magnitude and complexity, at least three in the last 3 years; AND 2. Demonstrated successful completion of projects working on a medium sized (or larger) operating active airport environment over the last five years; AND 3. Demonstrated successful completion of a construction project for Federal, State or other Government authority, at least one in the last 3 years, complying with all Government contracting requirements. Offerors must demonstrate that they meet all of the following qualifications by explaining their proposed internal process(es) and controls, and identifying key personnel and/or resources to accomplish the project. Management Approach, Abilities, and Resources 1. Ability to monitor and control cost and schedule; AND 2. Expertise in construction quality control: AND 3. Availability of manpower and equipment resources, and bonding capacity, to perform the subject project; AND 4. Management and coordination experience with airfield lighting or approach light projects. Qualifications of Key Personnel 1. Qualifications of key personnel to include Project manager, superintendent, quality control and safety managers and electrical foreman; AND 2. Knowledge and experience of airfield lighting and/or ILS projects; AND 3. Knowledge and experience of Federal, State or other Government contracts and requirements Financial Resources and Capability 1. Availability of manpower, equipment and other resources, and bonding capacity, to perform the subject project within the schedule requirements. Any Offeror determined to be "not acceptable" in any mandatory criterion shall render the offeror to be disqualified and therefore rejected from further consideration. The government may reject any and all offers and waive informalities or irregularities in submitted documents. The government reserves the right to consider any references or items of past performance and not to be limited to those for similar projects or only to those submitted by the offeror. One-on-one discussions may be held, at the option of the government, with one or more offerors, as determined by the Contracting Officer, to clarify submitted materials, resolve issues, and/or omissions. However, the offeror is advised that the Government reserves the right to accept or reject offers without discussions. Offerors should ensure that their submissions are complete and accurate. Failure to submit required information may result in rejection in accordance with AMS guidelines. Offerors determined to be qualified will be provided with a full set of plans and specifications from which to develop technical and cost proposals for consideration in Phase Two of the evaluation. IV. 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-52 1601 LIND AVENUE SW RENTON, WA 98057 Attn: Alex Seguin (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-52 CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98057 Attn: Alex Seguin 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 the close of business (4:00 p.m. Pacific Daylight Time), March 27, 2008. V. 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. VI. Procurement Process. (a) Phase I - 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) Phase II - 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 early May 2008. (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. VII. Applicable FAA Clauses 3.1-1 Clauses and Provisions Incorporated by Reference (December 2005) 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 (July 2004) 3.2.2.3-11 Unnecessarily Elaborate Submittals (July 2004) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (July 2004) 3.2.2.3-13 Submission of Information, Documentation, and Offers (July 2004) 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (July 2004) 3.2.2.3-16 Restriction on Disclosure and use of Data (July 2004) 3.2.2.3-17 Preparation of Offers (July 2004) 3.2.2.3-18 Explanation to Prospective Offerors (July 2004) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (November 2002)
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6446)
 
Record
SN01516885-W 20080228/080226223630 (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 |
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.