Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOURCES SOUGHT

99 -- Market Survey Capability Assessment for the FAA En Route Modernization Program - Design Build (D-B) Services

Notice Date
3/6/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Headquarters, FEDERAL AVIATION ADMINISTRATION, AJA-462 HQ - FAA Headquarters (Washington, DC)
 
ZIP Code
00000
 
Solicitation Number
7577
 
Response Due
3/20/2009
 
Archive Date
4/4/2009
 
Point of Contact
Audrey Lucas, 202-385-8364<br />
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration has a requirement for Design Build (D-B) Services under the FAA En Route Modernization Program at 21 Air Route Traffic Control Centers and two (2) Combined EnRoute RADAR Approach Control Facilities (CERAPs). The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing FAA En Route ARTCC Modernization Program Design Build Services. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals.The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense.At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The North American Industry Classification System (NAICS) for this effort is:236220 - Commercial and Institution Building Construction, with a Size Standard of $33,500,000.00 Interested firms are required to submit the attached Business Declaration Form and a copy of their SBA 8(a) certification letter, if applicable and the SF-330 Architect-Engineer Qualifications. In order to make this determination the FAA requires the following from interested vendors: 1. Capability Statement - This document should identify, but is not limited to the following: Type of services provided by your firm. Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance). Number of years in business. In-house Mechanical Engineers, Structural Engineers, Electrical Engineers, Civil Engineers, Fire Protection Engineers and Environmental Engineers. Retention of a significantly large resource pool of varied engineering specialties to meet the fluctuating demands for engineering services at various times. Resource levels needed to execute work could range from a low of 15 Full Time Equivalents to over 120 Full Time Equivalents, at any given time. Perform seismic studies. Provide D-B Services throughout the Continental US to 21 Air Route Traffic Control Centers and two (2) Combined En route RADAR Approach (CERAP) Facilities, which include Guam and San Juan. Meeting fluctuating needs at any given time to support ARTCC's on a 24 hour, seven days a week basis. Bonding ranging from $50,000 to $5,000,000 per task order. 2. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. Attached is a draft of the statement of work. Respondents are encouraged to review the statement of work and provide comments. In addition, interested parties must prepare and submit the attached SF-330 Architect Engineer Qualifications. All responses to this market survey must be received by April X, 2009 @ 2pm. Responses may be electronically submitted or delivered to the following points of contact: Primary: Federal Aviation AdministrationATTN: Osita Umeh600 Independence Avenue, SWWashington, DC 20591(202) 385-8449 Osita.Umeh@faa.gov Secondary: Federal Aviation AdministrationATTN: Audrey Lucas600 Independence Avenue, SWWashington, DC 20591(202) 385-8364 Audrey.Lucas@faa.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5c1df2b40d41ab8d32e623c7b6510a4&tab=core&_cview=1)
 
Record
SN01763796-W 20090308/090306221355-13b1e281b4e288d39d9265ae879e8e2e (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.