SOURCES SOUGHT
99 -- NEW TERMINAL SIMULATION SYSTEM ROOM at JFK Airport Traffic Control Tower
- Notice Date
- 5/21/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Eastern Region, FEDERAL AVIATION ADMINISTRATION, AEA-55A AEA - Eastern
- ZIP Code
- 00000
- Solicitation Number
- DTFAEA-08-R-00329
- Response Due
- 6/6/2008
- Point of Contact
- Ginger Morganti, (718) 553-3086
- Small Business Set-Aside
- N/A
- Description
- PROJECT DESCRIPTION A.The Project consists of construction of a 642 square foot finished room for a new Terminal Simulation System (TSS) on the existing second floor of the JFK ATCT base building at JFK International Airport, Jamaica, NY. The project encompasses converting existing unfinished FAA cold storage space on the second floor into finished conditioned office space for the FAA's installation of a simulator system that will be used in the training of air traffic controllers for the JFK control tower. In addition to the above, a 198 sq.ft. Mechanical\Electrical Room; construction and\or finishing of a 202 sq.ft. corridor; and construction 425 sq.ft cold storage space are also required as part of the project. The estimated price range is between $250,000.00 and $300,000.00. NAICS Code is 236220. Project is approximately 80 calendar days and MUST BE COMPLETED by October 17, 2008. The Work includes those elements indicated and specified in the Contract Documents, including, but not limited to the following: a.Doors, frames and hardware; b.Interior gypsum board and metal stud partitions, carpeting and vinyl composite tile flooring, painting, signage; c.HVAC unit, fire detection and sprinkler system; d.Electrical power, lightning and lighting controls; e.Demolition of existing interior Gypsum board walls. 1.Project Location: The project site is located within the JFK ATCT Base Building, 2nd Floor area. The property is leased to the FAA from the Port Authority of NY & NJ. 2.Building Owner: Port Authority of NY & NJBuilding #14JFK International AirportJamaica, NY 11430 Purpose The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential offerors. Screening decisions will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, only qualified contractors will receive the Request for Offers. Failure to provide all of the information listed below will eliminate the contractor from receiving an RFO. Screening decisions will be based on the evaluation criteria stated below on a PASS/FAIL basis. Offerors who PASS will then move on to the second level, and will be sent a copy of the Plans and Specifications. Those offerors will then submit a price and the offeror submitting the lowest price will be awarded the contract. This SIR is open to both large and small business. (A)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 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, Port Authority of NY & NY, agencies of state or local municipalities and commercial customers. Include the following information for each prime contract: 1.Name of contracting activity.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. (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.Electrical installation, including fire alarm.2.Mechanical systems installation, including fire suppression systems. 3.Interior renovation work on airports within NYC area (JFK, LGA, EWR).4.PANYNJ experience5.FAA experience (C)Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete a project of this magnitude. The following information shall be provided. 1.Bonding capacity in the amount of $100% of the offer price2.Insurability in the amount of $1,000,000.00 Basis for Award This is a firm-fixed price procurement. Once the offerors' information has been reviewed and the company is considered to be capable of satisfactorily performing this work, lowest price offered will be used for the basis of award. The Government reserves the right to award on initial offers without discussions or to conduct one on one discussions with one or more offerors. Past Performance, Technical Experience and Financial Capability will be evaluated based upon the following Key Discriminators on a PASS/FAIL basis. Key Discriminators KD001 - Past Performance1.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. KD002 - Technical ExperienceThe offeror's proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed 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, may be down selected. KD003 - Financial Capability1.Bonding Capacity2.Insurability RESPONSES ARE DUE BY JUNE 6, 2008, 4:00 p.m. EST and should be mailed in DUPLICATE to: Federal Aviation Administration, Attn: Ginger Morganti (ASO-52), 1 Aviation Plaza, Jamaica, NY 11434-4809. MARK THE LOWER CORNER OF THE ENVELOPE: "RESPONSE TO NEW TERMINAL SIMULATION SYSTEM ROOM AT JFK ATCT,. DTFAEA-08-R-00329. 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 Ginger Morganti, Contracting officer, FAA (ASO-52), 1 Aviation Plaza, Jamaica, NY 11434-4809, Telephone (718) 553-3086, Facsimile (718) 995-5685. Email- Ginger.Morganti@faa.gov The 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 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 the prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93305fa019d4b3eddc5f16d634f691d6&tab=core&_cview=1)
- Record
- SN01578483-W 20080523/080521220947-93305fa019d4b3eddc5f16d634f691d6 (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 |