Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOURCES SOUGHT

99 -- Install Conduit for Power Run at Tulsa VOR Facility, Tulsa OK

Notice Date
7/19/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-10-R-00102
 
Response Due
7/26/2010
 
Archive Date
8/10/2010
 
Point of Contact
Kathy Snell, 817-222-4657
 
E-Mail Address
kathy.snell@faa.gov
(kathy.snell@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Install Conduit for Power Run at Tulsa VOR Facility, Tulsa OK Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for the work associated with the Installation of Conduit for Power Run at Tulsa VOR Facility, Tulsa OK. The work includes but is not limited to the following: The electrical conduit shall be installed from the existing power transformers located approximately 900 feet to the south of the FAA VORTAC Facility to the FAA VORTAC Facility.Electrical Conduit shall be 4 inch schedule 40 PVC and buried 4-feet deep.The 2 each 90 degree elbows being used to turn the conduit up at the pole and inside the plot shall be 4 inch rigid galvanized steel. One additional steel elbow will be used to turn west on the north end of the building.A pull string shall be installed and left in the electrical conduit for use by the Power Company to pull in their cable pulling rope.All sections of electrical conduit shall be glued together per the NEC, the piping and the cement manufacturer utilizing best practices of the electrical underground installation industry in a workmanlike fashion. The Rigid pipe shall be installed by gluing a male adaptor to the pipe and fastening the elbows with steel couplings.Compact and dress the backfilled ditch evenly and push all excavated dirt back over the ditch to prevent depressions along the ditch. This a competitive procurement and will be 100% set-aside for small business firms. All work shall be in accordance with the plans and specifications. 1. The solicitation will issue on/or about July 29, 2010. 2. Contract performance time is 21 calendar days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 238910 and the small business size standard is $14 Million. 5. Contractor is expected to perform at least 25% of the work utilizing the contractor's own employees. 6. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package. 7. The estimated value of this procurement is less than $15,000. An Offeror must meet the following Go/No-Go criteria in order to receive a solicitation package: (all 2 documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration. 2. Complete and return the Past Performance/Specialized Experience document. Offerors must have the following minimum experience and provide the following information to substantiate their experience. Submit a minimum of three (3) past or current contracts/projects your firm has performed with the same size range and similar in scope to this project (scope of work is described above). All projects submitted, must be in progress or completed within the last five (5) years. Offerors are to ensure that if their work included subcontractors that this information is all provided on the form. Offerors are encouraged to fully complete the experience form in order to be considered responsive. Missing or lacking information will results in a No-Go and Offeror may or may not receive the opportunity to provide additional information. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on July 26, 2010. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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/SWR/DTFASW-10-R-00102/listing.html)
 
Record
SN02210414-W 20100721/100719234816-77371e2896bc33339f5e16aa28c921be (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.