SOURCES SOUGHT
99 -- "RECOVERY" Parking Lot Renovation at the Air Route Traffic Control Center (ARTCC), located in Longmont, Colorado
- Notice Date
- 5/12/2009
- Notice Type
- Synopsis
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
- ZIP Code
- 20591
- Solicitation Number
- DTFANM-09-R-00074-8243
- Response Due
- 5/22/2009
- Archive Date
- 6/6/2009
- 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 greatest value. The FAA has appointed a Selection Evaluation Team (SET) 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. Notice of American Recovery and Reinvestment Act A contract awarded under this SIR will require products and services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under the contract. Attached are the applicable clauses and the requirements that will be implemented under this contract in accordance with the Recovery Act. All interested vendors need to be thoroughly familiar with all applicable clauses and their requirements prior to submitting a proposal. Please be aware that all reporting requirements will be strictly enforced throughout the life of the contract. Please visit: http://fast.faa.gov/ and click on the "Recovery and Reinvestment Act" link for full details of the Recovery Act as well as all applicable reporting forms. III. Scope of Work Below is a brief description of the Scope of Work for this project: Complete Overexcavation, Backfill & Asphalt w/ 2 Lifts: (approx 7,600 SY)Remove existing pavement and base material by Overexcavation, install aggregate sub-base compacted to 10" and install new asphalt pavement in two equal lifts rolled to 8" total thickness. This work category to be broken into at least three work areas. Rotomill & Overlay: (approx 13,200 SY)Rotomill off 1/2" from the existing asphalt pavement, repair/patch defective pavement areas, and install a new 2" asphalt pavement surface course. This work category to be broken into at least five work areas. Remove Asphalt, Compact & Re-Asphalt w/ 2 Lifts: (approx 7,900 SY)Remove existing approximately 4" asphalt pavement only, Proof roll existing roadbase, replace defective roadbase areas, and install new asphalt pavement in two equal lifts rolled to 6" total thickness. This work category to be inclusive within one work area. Seal Coat: (approx 4,200 SY)Install two Bituminous Seal Coats. This work category to be broken into at least two work areas. Paint Striping: (approx 33,000 SY)Perform new Layout and repaint ALL existing parking lot markings, including yellow & white striping, directional arrows, handicapped symbols, and curbing, assume painting for after new seal coat application or new pavement. Painting to be phased in up to 5 main areas. Concrete Curb/Gutter and Sidewalk Repair.Replace various sections of concrete curb & gutter as well as various portions of concrete sidewalk sections throughout parking lot area. Paving work will be coordinated around a secured government facility operating 24 hours a day, 7 days a week with employee parking, delivery trucks, and other traffic flow issues to be temporarily partitioned off, barricaded, clearly signed, and coordinated throughout the paving repair work. Estimated contract price is from $1,000,000 - $2,500,000. Government contemplates award of a firm-fixed-price contract. IV. Business Set-Aside A tiered evaluation of offers will be used in this source selection. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received. Once offers are received the FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. At least two qualified offers in a given tier are required in order to consider an award. If no award can be made at the first tier, the evaluation will proceed to the next higher lettered tier until award can be made. All responsible, competitive offers in a single tier will be considered equally for award. The tiered order of precedence for considering offers is (from first to last): a) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) program.b) Service-disabled veteran owned small business (SDVOSB) and responsible, competitive offers from the previous tier.c) Very small business and responsible, competitive offers from the previous tier.d) Small business and responsible, competitive offers from the previous tier.e) Other-than small business and responsible, competitive offers from the previous tier. V. Evaluation Criteria: Prospective offerors are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated by the SET 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. VI. 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 past performance information on contracts within the last 3 years. Please provide only those contracts similar in size and scope (dollar amount, facility type, etc.) to the requirement. Be specific and provide details. For each project be sure to 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 Understanding and Approach Be specific and provide details to clearly support expertise and capabilities in each of the areas listed below: (a) Ability to schedule, monitor and report performance(b) Expertise in construction quality control and project inspection - including testing(c) Resource capacity and 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, on-site quality control person, on-site safety coordinator, on-site superintendent)(b) Identification of administrative personnel to who would be responsible for the reporting requirements of the American Recovery and Reinvestment Act. If the person providing this information will be a project manager, or superintendent, please be sure to list their qualifications with reporting.(c) List of Sub-contractors planned for this project. (See Appendix A)(d) 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 OR EMAILED PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE AUTHORIZED FOR THIS SIR. ORIGINAL PROPOSALS NEED TO BE RECEIVED TO THIS OFFICE WITHIN 5 BUSINESS DAYS AFTER THE OFFER DUE DATE. EMAIL TO: Angela.Mihalek@faa.gov OR BY FAX TO (425) 227-1055. (C) PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM, PST) BY MAY 21ST, 2009. 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://fast.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's Contract Opportunities web page at: www.faaco.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 early June.(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 greatest value to the Government regarding price, terms and conditions. X. Applicable FAA Clauses: 3.17-1 American Recovery and Reinvestment Act-Reporting Requirements (March 2009) (a) Definitions. As used in this clause - "Contract" means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. "First-tier Subcontract" means a subcontract awarded directly by a Federal government prime contractor funded by the Recovery Act. "Jobs Created" means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009. This definition covers only positions established in the United States and outlying areas. The number must be expressed as "full-time equivalent" which must include full-time, part-time, temporary, and permanent positions as expressed as a "person-year," consistent with the contractor's existing personnel procedures. This includes positions at the prime level, and the prime contractor's estimate of positions at the first subcontract tier. This estimate should not include estimated impacts on any secondary market jobs created, such as jobs created through the purchase of commercial-off-the-shelf products. "Jobs retained" means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009. This definition covers only positions established in the United States and outlying areas. The number must be expressed as "full-time equivalent" which must include full-time, part-time, temporary, and permanent positions as expressed as a "person-year," consistent with the contractor's existing personnel procedures. This includes positions at the prime level, and the prime contractor's estimate of positions at the first subcontract tier. This estimate should not include estimated impacts on any secondary market jobs retained, such as jobs created through the purchase of commercial-off-the-shelf products. "Outlying areas" means commonwealths of Puerto Rico and the Northern Mariana Islands; territories of American Samoa, Guam, and U.S. Virgin Islands; and minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. "Total Compensation" means the complete pay package of contractor employees, including all forms of money, benefits, services, and in-kind payments, consistent with the regulations of the Securities and Exchange Commission at 17 CCR 229.402. (b) This contract requires products and services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. (c) Reporting starts with the first calendar month in which the contractor invoices the Government for work funded by Recovery funds. Reporting is required not later than 10 days after the end of each calendar month. The contractor must report the following information, using the online reporting tool available at _______. NOTE: as of March 2009, an online reporting tool is not available and Government-wide reporting standards have not been established. In the interim, the contractor shall report required information using the forms provided by the Contracting Officer for American Recovery and Reinvestment Act reporting for FAA. Frequency of reporting shall be as specified in the instructions for the FAA forms. The contractor shall compile data in MS Excel format and shall send via email to: 9-AJF-CWP-StimulusTracking@faa.gov (1) the Government contract or order number. (2) the amount of recovery funds invoiced by the contractor, cumulative since the beginning of the contract; (3) a detailed list of all services performed or supplies delivered for which the contractor has invoiced, including - (i) project title, if any; (ii) a description of the overall purpose and expected outcomes or results of the contract (iii) an assessment of the contractor's progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50% completed, completed 50% or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (iv) an estimate of the number of jobs created by the contractor, in the United States and outlying areas; and (v) an estimate of the number of jobs retained by the contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (4) Names and total compensation of each of the five most highly compensated officers for the calendar year in which the contract is awarded if - (i) in the contractor's preceding fiscal year, the contractor received-- (A) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) the public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986.(5) detailed information on any first-tier subcontract over $25,000, where the subcontractor is not an individual, awarded by the contractor, funded under the Recovery Act, to include the following: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and of the subcontractor's parent company, if any. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System code. (vi) Funding agency. (vii) A description of the product or service to be provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor physical address including street address, city, state and nine-digit zip code and congressional district if in the United States. (x) Subcontract primary performance location including street address, city, state and nine-digit zip code and congressional district if in the United States. (xi) Names and total compensation of each of the five most highly compensated officers for the calendar year in which the subcontract is awarded if - (i) in the subcontractor's preceding fiscal year, the subcontractor received - (A) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (ii) the public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (Note: the information in paragraphs (i) through (x) are not required to be reported for any contractor or first-tier subcontractor whose gross income did not exceed $300,000 in the previous tax year). (6) For subcontracts under $25,000 or any subcontracts awarded to an individual, the total number of subcontracts awarded in the quarter and their total dollar amount. (End of clause) 3.17-2 Authority of the Inspector General and Comptroller General Relating to Contracts Using American Recovery and Reinvestment Act Funding (March 2009) In addition to any other existing authority the Department of Transportation Inspector General or the Comptroller General has, the Inspector General and Comptroller General are further authorized-- (a) to examine any records of the contractor or any of its subcontractors that pertain to, and involve transactions relating to, the contract or subcontract; and(b) to interview any officer or employee of the contractor or subcontractor. (End of clause) 3.6.4-18 Certification Regarding Steel and Manufactured Products (March 2009) In accordance with 49 USC Section 50101, the offeror/contractor certifies that: [Check one] __ The steel and manufactured goods, including components and subcomponents provided in accordance with this contract are entirely produced in United States (or deemed United States produced pursuant to International Agreement) __ The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment and final assembly of the facility or equipment has occurred in the United States (End of provision) Appendix A Complete Listing of all Subcontractors Provide a complete list of all proposed and potential subcontractor(s) who may perform on the subject contract. Government evaluation and award will be based in part upon experience and proficiency of the named subcontractors; it is expected and required that these subcontractors work on the subject contract. The resulting contract terms and conditions must state that any changes (i.e. designation of subcontractors or scope of work to be performed) will require the advance written approval of the Contracting Officer. (a) For each subcontractor state the following:1. Company name2. Address3. Phone and fax number4. Contact person5. Scope of Work planned6. Provide identification and resume information for any roles that the sub may provide (i.e. on-site super intendent, foreman, project manager) (b) For each subcontractor provide relative past performance for last 3 years. This experience could be used to respond for criteria #1. For each project state:1. Project title, description, and contract number2. Dollar value3. Customer names, address, phone number, email address, and contact person4. State scope of work performed5. Performance period (i.e. dates and number of calendar days)6. Ability to meet schedules and budget constraints7. Any noteworthy issues or technical matters disputed and resolution thereof8. Any claims and resolution thereof (i.e. nature, number, dollar value) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-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-00074-8243/listing.html)
- Record
- SN01814673-F 20090514/090512233023 (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 |