MODIFICATION
99 -- RECOVERY - QUALIFIED OFFERORS SOUGHT CONSTRUCTION CONTRACTS FOR NEW AIR TRAFFIC CONTROL TOWERS AND BASE BUILDINGS AT THE FOLLOWING LOCATIONS: OAKLAND INTERNATIONAL AIRPORT, AND PALM SPRINGS INTERNATIONAL AIRPORT
- Notice Date
- 8/3/2009
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Western-Pacific Region, FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFAWP-09-R-02087
- Response Due
- 8/31/2009
- Archive Date
- 9/15/2009
- Point of Contact
- James Travers, 310-725-7556<br />
- E-Mail Address
-
james.travers@faa.gov
(james.travers@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- SIR and Request For Offer A QUALIFIED VENDORS LIST (QVL) WILL BE ESTABLISHED FOR 2-PROJECTS. A new Air Traffic Control Tower (ATCT) and Base Building will be constructed at each of the following locations: 1.) Oakland International Airport, Oakland, CA2.) Palm Springs International Airport, Palm Springs, CA. See Scope of Work for each project attached to this announcement. Parties interested in being a qualified offeror for one or both projects will be sent a Screening Information Request (SIR) requesting the submittal of qualification information for themselves and their mechanical and electrical subcontractors (solar sub for Palm Springs). These subcontract specialties are a critical element of the projects. In their response to the SIR, the prime must identify their mechanical and electrical subs (solar sub for Palm Springs). Based on the information received, unqualified primes and their subs will be eliminated and a QVL will be established for the projects listed above only. The SIR will identify the evaluation criteria to be used. To be deemed qualified the prime contractor (and their mechanical and electrical subcontractors) must have experience with at least 5 similar type projects within the past 5-years. Similar experience includes structures over 100 feet high containing; engine generator, UPS system, chilled water system, elevator, photovoltaic systems and LEED projects (Leadership in Energy and Environmental Design). Not all projects need to include all elements. Earned Value Management (EVM) will be an integral part of these projects. The prime contractor must have appropriately trained personnel capable of submitting required EVM reports. Both projects are funded under the American Recovery and Reinvestment Act (ARRA) (stimulus). The successful contractor(s) will be required to comply with all ARRA reporting requirements. Interested prime contractors must respond by contacting the Contracting Officer "in writing" no later than 1:00 PM (PST) on August 31, 2009. Your request must include company name, mailing address, telephone and facsimile numbers, e-mail address and name of contact person. Also, indicate the project(s) that interests you. VERBAL REQUESTS WILL NOT BE HONORED. Written requests must be addressed to Mr. James L. Travers at one of the following addresses: U.S. Mail: FAA, Western-Pacific RegionWSA Acquisition Group, LA AWP-052P.O. Box 92007Los Angeles, CA 90009-2007 FedEx, UPS, etc. FAA, Western-Pacific RegionWSA Acquisition Group, LA AWP-05215000 Aviation Blvd.Hawthorne, CA 90250 You may submit your request via facsimile at (310) 725-6842, or e-mail at james.travers@faa.gov. If you choose to submit your request via facsimile or e-mail, the government will not be responsible for any failure attributable to the transmission or receipt of the request. After the QVL is established, project specific Request For Offer (RFO) packages will be sent to offerors listed on the QVL. The RFO will contain a description of the evaluation and scoring methods that will be used to determine the final award. The FAA will not reimburse offerors for any costs associated with responding to this announcement, SIR or RFO. The FAA also reserves the right to cancel this requirement at any time before, during or after the closing date. 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 socially and economically disadvantaged individuals, and woman-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 OSDBU at (800) 532-1169. (Delivery Period) TBD (NAICS Code) 233320 (Dollar Range) Oakland: Approx $30 million Palm Springs: Approx $20 million
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWP-09-R-02087/listing.html)
- Record
- SN01896889-W 20090805/090803235359-7ed67300d3a8059f60294aaa8607e912 (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 |