Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2013 FBO #4067
DOCUMENT

Y -- Basic Ordering Agreement(BOA)Open Season Program for EnRoute and Terminal Services for the Federal Aviation Administration (FAA) - Attachment

Notice Date
1/10/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-230 WA - FAA Headquarters (Washington, DC)
 
Solicitation Number
12762
 
Response Due
3/14/2013
 
Archive Date
3/14/2013
 
Point of Contact
Stephanie McKnight-Bailey, stephanie.mcknight-bailey@faa.gov, Phone: 202-385-8450
 
E-Mail Address
Click here to email Stephanie McKnight-Bailey
(stephanie.mcknight-bailey@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
FAA CONTRACT OPPORTUNITIES Title:ANNOUNCEMENT For Expansion of the Basic Ordering Agreement (BOA) Program Under The Federal Aviation Administration (FAA) TERMINAL and EN ROUTE MODERNIZATION PROGRAM for Large and Small Business Firms Name:Anthony Hill, Contracting Officer Organization:AAQ-230 Region:HQ - FAA Headquarters (Washington, DC) Phone Number:202-385-8417 E-Mail:Anthony.Hill@faa.gov Date:Open: January 11, 2013 Archiving date: Posting ID: Phase:Complex Noncommercial Procurement Method:Request For Proposal Posting (brief abstract): Objective. The FAA is planning to issue another Open Season for Large and Small Business competitive solicitation for contractors to provided Design/Build (D/B) and renovation services to the Program Management Organization (PMO) for Terminal/ En Route Facilities for Planning and Modernization Programs. The FAA currently has set aside approximately $271M for its BOA Program with at least $31M set-aside for small businesses. The FAA will evaluate firms and select several businesses to compete for Design/Build and renovations services. This program supports PMO Terminal/ En Route Air Traffic Operations and Service Level availability through facility life cycle program management of the FAA Facilities. Currently the FAA has 24 companies under the program, 5 large and 19 small businesses that compete for construction requirements. The goal of the program is to have several businesses in various areas of the United States and its territories that will compete on some of the FAA renovation projects. Requirement. The successful contractors will be awarded Basic Ordering Agreement(s) (BOAs) and will compete for renovation services to provide all necessary labor, materials, equipment, services, and facilities for Design/Build requirements necessary to support the FAA ™s National Airspace System (NAS) and Capital Investment Plan (CIP) as required by task orders. These services may include D/B Services for new and existing FAA facilities, strategic facilities planning, cost estimating, construction support, hazardous materials abatement, and related services. The modernization and sustainment program of air traffic control and radar approach facilities encompasses over 400 million gross square feet in the FAA regions. The CIP has two objectives: to complete existing modernization projects by 2022 and to maintain existing structures at a functionally-acceptable condition level. Current major project include renovations which focus on maintenance backlog reductions, mitigation of risks to operations which are facility-based, abatement and rehabilitation of administrative offices and training/classroom facilities, and critical infrastructure backlog projects which include roofing, plumbing, electrical distribution HVAC systems, and life safety issues. The responding firms must have at least one of the following NAICS Codes: Series 236, Construction Services, 236 - Construction of Buildings, 541310 - Architect Services, 236220, Airport Building & Airport Terminal Construction 237310, Highway, Street, Bridges, Airport Runways, etc. Contract Type. The contract structure is anticipated to be a task order based Basic Ordering Agreement(s) (BOAs) vehicle. The FAA anticipates competing at least $234million among the successful Offerors. Of that, the FAA anticipates setting aside approximately $31 million for small businesses. Small Businesses with proven track record may be given the opportunity to compete for large complex projects. FAA facilities operate in a 24/7 environment and are limited on the number of Contractors allowed at each site and reserves the right to select potential bidders for each project. D/B Acquisition Schedule. The following milestones apply: Continuously Open Season Request For Proposal. Responses to this announcement are required, by March 14, 2013 at 1:00 P.M. Eastern Standard Time (EST). Those firms interested should provide their proposals in accordance with section(s) L and M of the RFP to: Attention: Anthony Hill Federal Aviation Administration, EnRoute Oceanic Contracts Branch, Wilbur Wright Federal Building (FOB10B), 3rd Floor, Column L, Room 3E32LN, 600 Independence Ave., S.W., Washington, DC There are two components to the upcoming solicitation: 1) Large Businesses must have subcontracting plans in accordance with RFP requirements, and 2) Small Businesses must be certified by the Small Business Administration (SBA) to provide Design-Build services in support of FAA Terminal/En Route Facilities Planning and Modernization. All contractors responding to this announcement should demonstrate their experience in the aforementioned work. Pertinent factors for consideration of qualifications are: (1) Qualifications project personnel; (2) Specialized experience, which considers previous project experience similar to project scope, (3) capacity to perform work in required time, which considers adequate staff size, and firm experience/past performance. (4) Offerors should have experience with facilities operating 24/7 such as hospitals, data centers, etc. The response should be specific to each of the qualifications listed above to show that the respondent has the skills and experience. Offerors that fail to meet the minimum criteria of the SIR will not be evaluated. Attached is a Request For Proposal, Sections L and M and the Statement of Work (SOW). Potential participants in the forthcoming competition are encouraged to review the SOW. Written questions by mail or e-mail may be directed to: Primary: Federal Aviation Administration ATTN: Anthony Hill, Contracting Officer 600 Independence Avenue, SW Washington, DC 20591 Anthony.Hill@faa.gov Secondary: Federal Aviation Administration ATTN: Stephanie McKnight-Bailey, Contract Specialist 600 Independence Avenue, SW Washington, DC 20591 Stephanie.McKnight-Bailey@faa.gov Attachments:Design-Build Statement of Work (SOW) Request For Proposal Sections L and M If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/12762 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/HQ/12762/listing.html)
 
Document(s)
Attachment
 
File Name: BOA LargeSmall Business Open Season SEC M Single Eval Phase 2013 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/27707)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27707

 
File Name: BOA LargeSmall Business Open Season SEC L Single Eval Phase 2013 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/27703)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27703

 
File Name: BOA LargeSmalll (DOC) (https://faaco.faa.gov/index.cfm/attachment/download/27702)
Link: https://faaco.faa.gov/index.cfm/attachment/download/27702

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02962758-W 20130112/130110234048-fde2f3f78a9d11aaae9cdb954611c142 (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.