Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2012 FBO #3731
SOLICITATION NOTICE

99 -- Runway Safety Multiple Award Construction Contract

Notice Date
2/9/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00070
 
Response Due
2/20/2012
 
Archive Date
3/6/2012
 
Point of Contact
Todd Butler, 817-222-4397
 
E-Mail Address
todd.butler@faa.gov
(todd.butler@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for this project. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). Work to be performed under this contract is in support of the establishment, relocation, and or modernization of navigational facilities for the Federal Aviation Administration. General construction activities shall include but are not limited to the following: 1. Demolition of existing facilities to include removal and disposal of concrete foundations, backfilling of removed areas, sodding, paving, etc. 2. Construction of new facilities to include excavation work, foundation work, cabling (includes concrete encased duct work/pull boxes/splice cans), trenching, road work (concrete, asphalt, gravel), sidewalks, culverts, parking/maintenance areas, grading, electrical, mechanical, caulking, and painting. 3. Construction of new facilities shall include installation of Government Furnished Equipment. 4. Construction work will include dismantling and assembly of existing facilities as required for the installation of fusible bolts and couplings. 5. Surveying 6. Relocation and/or establishment of utility services. 7. Quality Control Testing to include but not limited to cable insulation, ground resistance, concrete strength, soil compaction. Construction activities shall be performed on Airport Operational Areas (AOAs) and will require security clearances (badging). Pending coordination with Airport Authorities some work may be performed at night. Projects may require on site pre-bid meetings. Work may be conducted on active airports and the contractor shall comply with all procedures, rules and regulations of the airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other issues to ensure uninterrupted airport operations. All work shall be in accordance with the plans and specifications. 1.This will be awarded as an Indefinite Delivery Indefinite Quantity contract with one base year and four one year options. This contract will also be awarded as a multiple award contract.2.This project is a total set-aside for Small Business Concerns.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 Offerors are required to submit the following documents to be determined eligible to receive a copy of the solicitation: Offerors must meet the following Go/No-Go Criteria to be considered for award: A listing of at least three (3) current or past contracts/projects your firm has performed. Indicate the size and scope on the Past Experience History document (Attachment #1). Contracts/projects must be either in process or within the last five (5) years. Scope is described above. Similar work must include Federal Aviation Administration (FAA), other Federal or State Government or Airport Authority projects. Offeror shall identify the contracting agency. You must provide the contract number or project identifier, which includes a point of contact and phone number. Business Declaration (Attachment #2) Document Security Notice to Prospective Offerors (Attachment #3) The information provided will also be used as part of the responsibility determination. Responses must be emailed to todd.butler@faa.gov, no later than 3:00 PM (Central Standard Time) 2/16/12. Please place "Attention: Runway Safety IDIQ" in the subject line of your email. Requests received after this date and time will not be honored. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. "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-00070/listing.html)
 
Record
SN02672499-W 20120211/120210114723-18b0dd458a15613df82ea89911db7fa2 (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.