Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2011 FBO #3360
SOURCES SOUGHT

99 -- Replacement of the Molokai Airport Traffic Control Tower (ATCT) cab windows and frames located at the Molokai (MKK) Municipal Airport located in the state of Hawaii.

Notice Date
2/3/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-11-R-01375
 
Response Due
2/16/2011
 
Archive Date
3/3/2011
 
Point of Contact
Elsa Gonzalez, 310-725-7499
 
E-Mail Address
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This requirement is an SEDB 8(a) certified business set-asideNOTE: If viewing this announcement from a source other than the FAA Contract Opportunities website, please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued through the FAA Contracting Opportunities Website. Introduction/Description: The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to replace the Molokai ATCT cab windows and frames located at the Molokai (MKK) Municipal Airport located in the state of Hawaii. Work includes but is not limited to replacing twelve (12) ATCT cab windows and frames. This project is located on a remote island. Therefore, equipment and material(s) are not readily available and have to be shipped in from the mainland and/or other local islands. The Government intends to award a firm-fixed price contract to the low priced technically acceptable offer. Contract award will be based on past performance and cost. Past Performance - The offeror must demonstrate successful completion of at least five (5) projects of same or similar magnitude and complexity completed during the last six (6) years. A higher rating will be given to offerors demonstrating experience working with sloped glazing in an operational environment. The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by February 16, 2011. North American Industry Classification System (NAICS) Code: 238150 - Glazing ContractorsDollar Range: Between $250,000 and $500,000 Other:Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov T3.6.1 - Small Business Development Program (Revision 23, April 2009) Small Business Development 5: Bonding Assistance and the DOT Lending Program (Revised 4/2009) a. Firms seeking bonding assistance may refer to www.nasbp.org, which is the website supporting the National Association of Bond Producers (NASP). Users may click the "Find a Producer" link found in the upper right corner of the website, where they then can select the state in which the firm is seeking to qualify for bonding. b. To promote the financial assistance programs available from the Office of Small and Disadvantaged Business Utilization (OSDBU, S-40), procurement teams should add the following information in each public announcement of procurement: "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." For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-11-R-01375/listing.html)
 
Record
SN02372749-W 20110205/110203234615-0ce945d8c466f4f4e0069288cf8b3902 (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.