Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOURCES SOUGHT

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

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-052 ANM - Northwest Mountain
 
ZIP Code
20591
 
Solicitation Number
DTFANM-09-R-00083-8234
 
Response Due
5/18/2009
 
Archive Date
6/2/2009
 
Point of Contact
Alex Seguin, (425) 227-2687
 
Small Business Set-Aside
N/A
 
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 Daylight Time) on May 29, 2009. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE. The assigned NAICS Code for this project is: 237310 - Bridge Approach Construction. The Small Business Administration's size standard for a small business under this NAICS Code is $33,500,000. If you have any questions concerning size standards, contact a Size Specialist at your nearest SBA Government Contracting Area Office, or contact the Office of Size Standards by email at sizestandards@sba.gov or by phone at (202) 205-6618. II. Project Scope: Construction of a hot-dipped galvanized steel truss bridge and foundations to support a future Approach Lighting System (ALSF) to serve Runway 10R at the Boise Air Terminal in Boise, Idaho. The structural steel bridge will provide a continuous catwalk approximately 15 feet wide by 1010 feet long. FAA furnished design will include approximately seven spans supported by concrete columns, including a separate concrete beam spanned to support the bridge over the New York Canal. Work includes fabrication of the FAA designed galvanized steel truss bridge, assembly of the bridge, site clearing (including the removal of existing light stations), installation of concrete foundations, and erection of the bridge. Necessary permits and approvals will be required for the erection of the bridge over Orchard Street and the New York Canal. Award is anticipated in July 2009 with construction beginning August 2009. Magnitude of construction: Between $3,500,000 and $4,500,000. ** Construction Drawings and Specifications will be posted for offerors that advance to Phase II of the procurement process to make an offer. III. Evaluation criteria: Prospective offers are required to submit a qualifications proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or "not acceptable" on the basis of the following criteria. 1. Experience & Past Performance2. 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 offers, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. Availability of funds: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. Qualifications Proposal Content (1 copy):A prospective offeror must submit a complete qualifications proposal, which will encompass, but is not limited to, the content set forth herein. All 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). 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. Experience & Past Performance Mandatory qualificationsAll of the following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. 1. Successful completion of deep foundation/concrete column construction projects of a similar magnitude (for the foundation/column portion of the contract) over the last 5 years; AND2. Successful completion of steel erection construction projects of a similar magnitude (for the steel erection portion of the contract) over the last 5 years; AND3. Successful completion of a construction project for Federal or State Government, at least one in the last 5 years, complying with all Federal or State contracting requirements. Key PersonnelMandatory qualificationsAll of the following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified.1. Project Manager - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Project Manager; AND2. Superintendent - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Superintendent; AND3. Quality Control Manager - at least 5 years experience in this position, with at least one project of a similar magnitude to this project as the Quality Control Manager. 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 Qualifications Proposal (a) Each proposal must include the following: 1) Qualifications Proposal 2) Completed Business Declaration Form (b) 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 (c) 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. (d) 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), May 29, 2009. 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 qualifications proposal. A submitted 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 June 2009. (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 ** Funding for this project will be provided through the American Recovery and Reinvestment Act, requiring specific terms and conditions. Information about requirements that will apply to an award made from this solicitation can be found at: http://fast.faa.gov/ by clicking on the Recovery and Reinvestment Act link. 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) American Recovery and Reinvestment Act Clauses3.17-1 American Recovery and Reinvestment Act-Reporting Requirements (March 2009)3.17-2 Authority of the Inspector General and Comptroller General Relating to Contracts Using American Recovery and Reinvestment Act Funding (March 2009)3.6.4-18 Certification Regarding Steel and Manufactured Products (March 2009) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-09-R-00083-8234/listing.html)
 
Record
SN01813879-F 20090513/090511233021 (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.