Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

99 -- Construct Runway Alignment Indicator Lights (RAIL) and Modify Existing Medium Intensity Approach Lighting System with Sequenced Flashers (MALSF), Runway 34 at Arlington Municipal Airport, Arlington, Texas

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00059
 
Response Due
12/12/2011
 
Archive Date
12/27/2011
 
Point of Contact
Carla Brawley, 817-222-4331
 
E-Mail Address
carla.brawley@faa.gov
(carla.brawley@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for this project. The work will include but is not limited to: 1.Site clearing, tree removal (wooded park area), fill, grading and drainage2.Install concrete foundations for new RAIL stations3.Provide and install required LIR MG-40 light supports4.Install Government Furnished Material/Equipment including flashers, control cabinets, junction boxes and control cable5.Install underground ducts (with concrete encasement where required) and handholds/pullboxes to/at RAIL stations6.Provide power and control services including all cabling, wiring, testing and terminations7.Install Grounding and Lightning Protection 8.Install box culverts, headwall, riprap and all associated items including temporary diversion channel for new access road crossing over existing creek9.Install concrete access roadway/parking and maintenance areas as indicated on drawings10.Provide fences and gates for new RAIL station plots and access road11.Restore affected areas by backfilling/compaction, regrading and replanting/seeding to match surrounding areas All work shall be in accordance with the plans and specifications. 1. This project is a total set-aside for Small Business Concerns 2. Estimated contract duration is 90 calendar days 3. The North American Industry Classification System (NAICS) is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is: $33.5 Million.4. The estimated offer range for this project is between: $ 350,000.00 and $650,000.005. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees.6. A mandatory site visit will be conducted in January, 2012. The date, time, location, and point of contact will be provided with the solicitation package. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: (There Are (3) documents to submit) a. Complete and return the attached Business Declaration and Document Security Notice to Prospective Offerors. b. Offerors must have the following minimum experience and provide the following information to substantiate the experience: A listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size range ($ 350,000.00 to $ 650,000.00) and scope of this project. Scope is described above. Using a similar format to the attachment, provide specific information for each project submitted. All projects submitted, must be either in progress or done in the past (5) years.The information provided will be used as part of the responsibility determination.NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994 OR e-mail them to Rebecca.Lawrence@faa.gov, no later than 3:30 PM (Local Time), December 13, 2011. 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/DTFACN-12-R-00059/listing.html)
 
Record
SN02634020-W 20111208/111206234139-fdbc6efdb7f7f3fdaa35cde0179a8083 (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.