Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOURCES SOUGHT

99 -- Purchase furniture for the new LaGuardia Air Traffic Control Tower at LaGuardia Airport, Flushing, NY

Notice Date
4/1/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASO52-NY AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-10-R-000003
 
Response Due
4/30/2010
 
Archive Date
5/15/2010
 
Point of Contact
Steven Jones, 718-553-3049
 
E-Mail Address
steven.jones@faa.gov
(steven.jones@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The FAA has a requirement to purchase furniture for the new LaGuardia Air Traffic Control Tower at LaGuardia Airport, Flushing, NY per Section C specifications. Purchase of Furniture with installation: The Offeror shall be responsible to provide labor, equipment, transportation, materials, and disposal of any and all old furniture and debris associated in order to furnish and install new furniture. Contractor shall submit materials for approval with RFQ proposal. At a minimum, submittals shall include product literature, MSDS, standard color, texture, fabric and style samples. The Offeror will propose a price inclusive of materials for each CLIN and product line proposed. Delivery must be priced FOB destination. Offers that are not able to meet the delivery requirements are not acceptable. The most important thing to accomplish is to meet the minimum requirements so that your offer will be deemed technically acceptable. Estimated Cost of Purchase (includes design, installation, and product): LGA ATCT: $225,000.00 - $375,000.00 PURPOSE: The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified firms to provide furniture for the new LaGuardia Air Traffic Control Tower at LaGuardia Airport, Flushing, NY. This acquisition is for UNICOR and vendors listed on GSA Schedule 71 (Furniture) with a distributor in the tri-state area and a local showroom within 100 miles or less of LaGuardia Airport, Air Traffic Control Tower (ATCT). Map Quest will be the only source used to determine distance. The principle North American Industry Classification System (NAICS) for this effort is 337214: Office Furniture (except Wood) Manufacturing. The qualification process will be based on the Evaluation Criteria stated in the SIR. FAILURE TO PROVIDE ALL INFORMATION THAT IS REQUESTED BELOW FOR EVALUATION PURPOSES SHALL ELIMINATE THE OFFEROR FROM RECEIVING THE AWARD. EVALUATION INFORMATION: Each potential vendor will be evaluated on the information provided in response to this SIR. Firms should ensure that the information provided is true and sufficiently complete so as not to be misleading nor require additional clarification. Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, shall render the offer proposal to be unacceptable and therefore rejected from further consideration. The government may reject any and all proposals and waive informalities or irregularities in proposals. 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 proposals, resolve issues and omissions, etc. DRAWINGS: Attachment #1, LGA Floor Plans, must be requested via email from Steven.jones@faa.gov with the subject line "DTFAEA-10-R-00003: Request for LGA Floor Plans". BASIS FOR AWARD: The Government will make an award to the responsive and responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the government, considering price, leasing terms, and other factors as stated below, conforms to the solicitation terms and conditions, and represents the best value to the Government. The Government reserves the right to award on initial offers without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing and responsibility. Furthermore, the government reserves the right to reject any or all offers and to waive minor irregularities and discrepancies in offers received. The Government is seeking offers that provide the best combination of attributes and price in order to select the greatest or "best" value offer. Therefore, award may be made to other than the lowest priced offer based on the criteria listed below as previously provided through the RFO. A Mandatory Walk-Thru is scheduled for Tuesday, April 13, 2010 at 9:00 AM. Due to security reasons, no other dates are available. Offerors shall contact Mr. Steven Jones, at (718) 553-3049, 48 hours prior to conference to confirm attendance. Offers will only be accepted from those who have attended the mandatory walk-thru. The FAA prefers that all response submittals, including attachments, be submitted electronically on CD. Offerors wishing to submit a proposal, modification or withdrawal through the U.S. Postal Service, Certified and Registered Mail, Special Delivery or U.S. Postal Express shall address correspondence to: DOT/Federal Aviation Administration1 Aviation PlazaJamaica, New York 11434ATTN: Steven Jones, Contracting Officer, ASO-52-NYTele: (718) 553-3049Email: steven.jones@faa.gov Closing Date for receipt of qualifications is COB 3:30 PM, EST on April 30, 2010. Please refer to the SIR number DTFAEA-10-R-00003 when responding. DUE TO STRINGENT SECURITY PROCEDURES AT FAA FACILITIES, HAND DELIVERED QUALIFICATIONS WILL NOT BE CONSIDERED. 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/ER/DTFAEA-10-R-000003/listing.html)
 
Record
SN02109969-W 20100403/100401235321-d64560102993efb65f41e3223280789b (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.