Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

99 -- Enhance East Entrance/Corridor and AAS Restrooms at the Longmont, CO - ARTCC

Notice Date
7/9/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00134
 
Response Due
7/22/2008
 
Archive Date
8/6/2008
 
Point of Contact
Angela Mihalek, (425) 227-1150
 
Small Business Set-Aside
N/A
 
Description
I.Purpose: The purpose of this Screening Information Request (SIR) is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information will allow the Federal Aviation Administration (FAA) to determine which offerors 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 clarify evaluation information submitted by the offeror. All offerors that are eliminated from the competition will be notified in writing. II.Scope of Project: East Entrance & Corridor: The project involves the saw cutting and removing of existing concrete sidewalk, installing a new reinforced concrete foundation and slab, and installation a new 3 sided aluminum cladding & glass storefront creating a small vestibule area. Installing a new 80 mil TPO single-ply, mechanically fastened roofing system fully warranted by the manufacturer on the new vestibule, and finishing out the vestibule interior surfaces. This project also includes refurbishing the existing interior corridor by furring out a partial brick and a partial concrete wall, drywall, finish and paint, replacing an acoustical tile drop ceiling with a drywalled hard-lid ceiling, and treating some existing and new concrete floor by applying a concrete stain. Re-working some electrical circuits for lighting and HVAC, and installing a fan coil unit, thermostat, and related exposed duct work in the corridor and adjacent vestibule. AAS Restrooms: This project includes refurbishing the existing men's and women's two (2) stall AAS bathrooms by removing all plumbing and lighting fixtures, toilet partitions, accessories, counters, flooring, ceilings, grills, and wall surfaces to the bare studs. Install a new finished and painted drywall, floor & wall tile, plumbing fixtures, toilet partitions, accessories, counters and lighting. Re-work some electrical circuits for lighting and heating. All work must be coordinated in order to maintain an operational facility. The total contract duration completion of the work shall be 75 calendar days. Estimated contract price is from $100,000.00 - $200,000.00. Government contemplates award of a firm-fixed-price contract. This project is set-aside for Small Business concerns. III.Evaluation Criteria: Prospective offerors are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated by the IPT as either "acceptable" or "not acceptable" on the basis of the following criteria: (1)Past Performance(2)Management understanding and approach(3)Qualifications of key personnel 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 offerors, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of Funds: Funding for the entire subject project 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. V. Technical Proposal Content (Offerors are to provide 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 the 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. Criteria #1 - Past Performance Prime Contractor: Provide all business activity during the last three (3) years. Be specific and provide details. For each project address the following: (a)Project title, description, and contract number(b)Client names, business address, contact persons phone number and email address(c)Dollar value(d)Summary of Scope of Work(e)Percentages of work subcontracted and nature of that work(f)Award and completion dates(g)Any contractual issues or technical matters disputed, and resolution thereof(h)Any claims and resolution thereof (i.e. nature, number, dollar value)(i)Any relevant information that would reflect on the offeror's ability to meet schedule constraints(j)Any other pertinent information Criteria #3 - Management Approach, Resources and Abilities Be specific and provide details to clearly support expertise and capabilities in each of the areas listed below: (a)Ability to schedule and monitor performance(b)Expertise in construction quality control and project inspection(c)Availability and readiness of manpower, equipment, and bonding capacity to perform the subject project(d)Management and coordination with subcontractors and Government officials(e)Safety and environmental management policies(f)Any other relevant information Criteria #4 - Key Personnel Qualifications Be specific and provide details to clearly support the following: (a)Identification of the construction management team (project manager, quality control person, safety coordinator, onsite superintendent)(b)Resume information for all personnel identified above. Provide all pertinent data related to years of experience, employment history, education, training, accomplishments, licenses, certificates, etc. VI. Directions for submitting proposals: (a)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 address their proposals to: FEDERAL AVIATION ADMINISTRATIONATTN: ANGELA MIHALEK, ANM-521601 LIND AVE. S.W.RENTON, WA 98057 (b)Proposals that are delivered by hand or other types of express delivery services (i.e. commercial carrier, Federal Express, United Parcel Service, Airborne Express, etc.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRTIONATTN: ANGELA MIHALEK, ANM-521601 LIND AVE S.W.RENTON, WA 98057 ***FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED*** (C)PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM PST), JULY 22ND, 2008. VII. Late submission of proposals and modifications (if applicable). To be considered, an offeror must submit a response to the initial SIR within the time specified. Late proposals or modifications will not be accepted, excepted as permitted by 3.2.2.3-14 in the Acquisition Management System (AMS) available at http://conwrite.faa.gov VIII. Changes to the SIR: Offerors are hereby advised that any changes (if any) to the subject SIR will be promptly posted to the applicable FAA Internet web page at: www.faa.gov and completed adherence to the published changes is required. IX. Procurement Process: (a)Screening Information Request (SIR): Review and evaluation of each offeror's technical proposal. A submitted technical proposal will be deemed to be either "acceptable" or "not acceptable". The Contracting Officer will promptly notify each offeror of the evaluation results in writing.(b)Request for Offer: 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 July 23rd, 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. 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 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8df519469d376611bd085a0e1889536&tab=core&_cview=1)
 
Record
SN01610330-W 20080711/080709222710-e8df519469d376611bd085a0e1889536 (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.