Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
SOURCES SOUGHT

99 -- Replace Chillers and Cooling Towers a the Air Traffic Control Center (ATCT) in Denver, Colorado

Notice Date
8/20/2009
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-09-R-00123
 
Response Due
9/10/2009
 
Archive Date
9/25/2009
 
Point of Contact
Angela Mihalek, (425) 227-1150
 
E-Mail Address
angela.mihalek@faa.gov
(angela.mihalek@faa.gov)
 
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.Scope of Work Below is a brief description of the Scope of Work for this project: 1.Install of three new 60-ton water-cooled Thermal Care chillers (previously selected and purchased), three new (Open Loop) Cooling Towers, water treatment systems (Sand Filter and DOLPHIN only, no chemicals), pumps, piping, valves, fittings and electrical and controls equipment. 2.Remove existing chillers, chilled water pumps, cooling towers, condenser water pumps, and all related components, piping, valves, fittings, etc.3.Remove existing remote radiator for the existing Engine Generator.4.Dispose of all the removed equipment and material.5.Install a skid (or wall) mounted radiator for the existing EG including associated piping, valves, fittings, etc.6.Install a portable EG to be staged to serve as a back up power supply during the time that the main EG is out of service.7.Install and maintain a temporary chiller and connection points for operation during the construction phase of this project (when permanent chillers are off line).8.Install a new refrigerant monitoring system in the mechanical room for Refrigerant 134a.9.Remove the existing 125-gallon water heater (in the chiller room), and install a new 125-gallon water heater in the boiler room to suit installation of the new Sand Filter system.10. Make electrical system modifications to suit installation of new chillers and cooling towers.11. Install a Direct Digital Controls (DDC) system for the new chillers and cooling towers.12. Perform all work in accordance will FAA standards.13. Comply with all FAA and Denver City County Airport requirements. Estimated contract price is from $1,000,000 - $2,000,000. Government contemplates award of a firm-fixed-price contract. Location: Denver, ATCT, 8400 Pena Blvd., Unit 492056, Denver, CO 80249 The NAICS code for this project is 238220. III.Tiered Evaluation of Proposals 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 be considered for award. If no selections can be made at the first tier, the evaluation will proceed to the next higher lettered tier until selections 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, qualified contractors from the previous tier.d)Small business and responsible, qualified contractors from the previous tier.e)Other-than small business and responsible, qualified contractors from the previous tier. IV.Evaluation Criteria: Technical Proposal Content (1 copy):A prospective offeror must submit a complete technical 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. Any offer that fails to address the required content set forth by the SIR will be rendered as nonresponsive and will not be considered for award. 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 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. Criteria #1 - Experience and Past Performance Mandatory qualificationsAll of the following qualifications will be rated as either Acceptable or Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. 1. Successful completion of replacement and/or installation of chillers and cooling towers in the 60 ton range over the last 5 years; AND 2. 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; AND 3. Experience working at a Federal or State Government Facility that operates 24/7. Criteria #2 - Key Personnel Qualifications 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. For each position listed below, contractor must submit resume information and all applicable certifications, awards, etc. 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. VI. Directions for submitting proposals: (a)Email or faxed proposals will be accepted for this SIR. Please send emails to: Angela.Mihalek@faa.gov. Be sure to indicate on the subject line of the email the SIR #DTFANM-09-R-00123. Fax: (425) 227-1055. (b)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 (c)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 (D)PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM, PST) BY SEPTEMBER 10TH, 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 "unacceptable". 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, within the applicable tier, 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 mid-October.(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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-09-R-00123/listing.html)
 
Record
SN01920206-W 20090822/090821001316-f3f59a33f2c002266edcceff8626fca7 (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.