Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOURCES SOUGHT

99 -- ID/IQ-Power Systems Installation/Construction

Notice Date
6/1/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-09-R-00013
 
Response Due
7/9/2009
 
Archive Date
7/24/2009
 
Point of Contact
Connie Houpt, 405-954-7820<br />
 
E-Mail Address
connie.m.houpt@faa.gov
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for project management, engineering and installation/construction work for power systems and power system ancillary equipment and structures. The engineering services include: site surveys, coordination studies, and design specifications and drawings. The installation and construction work includes but is not limited to: Engine Generators (EG), fuel tanks, fuel systems, Uninterruptible Power Systems (UPS), power panels, Heating Ventilation Air Conditioning (HVAC), equipment shelters, remote maintenance monitoring systems, and miscellaneous electrical work. The general equipment size range, intended for installation, is: engine generators from 20 kW to 1,000 kW; UPS from 15 kVA up to 1,100 kVA. Work performed under this requirement will be replacement, enhancement and/or maintenance of existing power systems. The majority of work will be replacement of power systems in existing facilities. The facility size, and corresponding power service capacity, ranges from small sites with a 20 kW Engine Generator (EG) to consolidated critical power facilities with multiple 1 MW EGs. The vast majority of sites have EGs in the small 100 kW to medium 500 kW range. Approximately twenty-nine (29) sites can be classified as large critical power facilities. The work at large critical power sites is more complex and involves a higher risk to the Air Traffic Control system than work performed at the smaller facilities. The SOW differentiates work into two (2) categories; small-to-medium size facilities and large facilities. The two categories are General National Air Space (GNAS) and Critical Power Distribution Systems (CPDS). It is anticipated that Indefinite-Delivery/Indefinite-Quantity type contracts, with fixed priced pricing arrangements, will be awarded covering these services. The resultant contracts will include a base year and four 1-year renewal options. These options may or may not be exercised, at the sole discretion of the FAA. "Q&A Open period." Questions regarding the solicitation and/or Statement of Work shall be provided electronically to the Contracting Officer (connie.m.houpt@faa.gov) prior to June 12, 2009. A pre-proposal conference will be held in Oklahoma City on June 19, 2009. See SIR/RFO Provision L.8 Pre-proposal Conference, page 65. Questions received during the Q&A open period will be addressed at the pre-proposal conference. It is not necessary to attend the pre-proposal conference to submit a proposal or receive responses to the questions. Q&As will be posted on the FAA Contract Opportunities website following the pre-proposal conference. A technical, as well as cost, evaluation will be conducted to determine "Best Value" to the FAA. A description of the technical submittal and subsequent evaluation can be found in Sections L and M of the Screening Information Request/Request for Offer (SIR/RFO). It is anticipated that up to eight contracts will be awarded as a result of this SIR/RFO. This requirement has been partially set-aside for small businesses. No more than two contracts will be awarded to large businesses and at least two contracts will be awarded to SEDB [8(a) certified] businesses with the remaining contracts being awarded within the small business program. The NAICS code applicable to this requirement is 238210 Electrical Contractors and Other Wiring Installation Contractors. The business size standard for this NAICS is $14 million. Contractors must be registered with the Central Contractor Registration, www.ccr.gov on the date established for receipt of offers (July 9, 2009). Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Complete submittals, both technical and cost proposals, must be received by the FAA, no later than 3:00 p.m. CST, Thursday, July 9, 2009. Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for mail handling procedures in place at the Aeronautical Center. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. The FAA reserves the right to no longer consider on this acquisition, firms which fail to respond, firms with respond incompletely, or firms which respond with any information found to be verifiably false. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. 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 a program to assist small businesses, small businesses owned and controlled by a 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 prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-09-R-00013/listing.html)
 
Record
SN01832681-W 20090603/090601235247-9c6dcc50eff431adca1aed394fe1984a (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.