Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2013 FBO #4122
DOCUMENT

Z -- Elevator Modernization/Maintenance Multiple Award Indefinite Delivery Indefinite Quantity Contract - Attachment

Notice Date
3/6/2013
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Ft. Worth, TX)
 
Solicitation Number
DTFACN-13-R-00045
 
Response Due
3/15/2013
 
Archive Date
3/15/2013
 
Point of Contact
Jeri Bird, jeri.bird@faa.gov, Phone: 817-222-4391
 
E-Mail Address
Click here to email Jeri Bird
(jeri.bird@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Elevator Modernization/Maintenance Multiple Award IDIQ The Federal Aviation Administration (FAA) is seeking competent and qualified elevator maintenance contractors interested in providing offers for an Indefinite Delivery Indefinite Quantity requirement to improve elevator reliability within the agency. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section III for documentation required to be submitted and evaluated to determine which vendors receive the solicitation. SECTION I REQUIREMENT SCOPE The Geographic scope of work to be performed under this contract is for facilities in all 50 states. Initial projects are for facilities within, but not limited to, the Central Service Area which encompasses the following states: Texas, Louisiana, Arkansas, Oklahoma, New Mexico, Kansas, Missouri, Illinois, Indiana, Ohio, Michigan, Wisconsin, Iowa, Nebraska, South Dakota, North Dakota, Minnesota. FAA structures include, but are not limited to, Air Traffic Control Towers and other operational and administrative buildings. Work to be performed includes but is not limited to: detailed field investigation and assessment of elevator, elevator components and building spaces related to the elevator; construction (in accordance with the latest national, state and local codes where applicable) for the modernization, repair or replacement of elevator, elevator components, controls and building spaces related to the elevator; full service elevator maintenance agreement including facilitation of inspections and certifications. Construction activities may require security clearances (badging). Some work may be performed at night and on weekends. Projects shall require on site pre-bid meetings. SECTION II- CONTRACT TYPE AND EVALUATION CRITERIA This will be awarded as an Indefinite Delivery Indefinite Quantity contract with one base period and four one year options. The Government reserves the right to make one or more awards based on what is in its best interest. The cumulative ceiling for all contracts awarded is $9.5 Million. This project is unrestricted, and will be solicited under full and open competition to those vendors who meet the criteria listed in Section III. The North American Industry Classification System (NAICS) is 238290, Other Building Equipment Contractors. The small business size standard is: $14 Million Award will be made as a best value to the Government considering the following evaluation factors: Management Approach, Past Performance, Response Time and Technical Approach. The non-price factors are significantly more important than price. SECTION III- GO/NO GO CRITERIA The initial information submitted will be evaluated on a Go/No-Go basis. Offerors must receive a Go on all of the following criteria to be considered a viable offeror and receive the solicitation. o Ability to perform work on any type of elevator and provide on-going preventative maintenance in all fifty states. Elevator Modernization/Maintenance Multiple Award IDIQ o Five (5) years experience managing at least three (3) projects simultaneously in different geographic regions valued at $250,000 to $500,000 or larger. Projects must be similar FAA, or other Federal, State, or Airport Authority acting as the prime contractor. Indicate the contracting agency, contract number or project identifier, point of contact, email address, phone number, and size and scope on the Past Experience History document (Attachment #1). Offerors are required to submit the following documents to be determined if eligible to receive a copy of the solicitation: Confirmation that service can be provided on any type of elevator in all 50 states. Past Experience History Document (Attachment #1) Limit 5 projects 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 jeri.bird@faa.gov, no later than 2:00 PM (Central Standard Time) 3/8/13. Please place "Attention: Elevator Modernization/Maintenance IDIQ in the subject line of your email. Requests received after this date and time will not be honored. Failure to submit all required information will deem the request for solicitation as non-responsive. NOTE: Contractors must have active registration in System for Award Management (SAM), formerly the Central Contractor Registration (CCR,) before award can be made. Contractors can register at www.sam.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." 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/13427 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-13-R-00045/listing.html)
 
Document(s)
Attachment
 
File Name: Past Experience History Document (doc) (https://faaco.faa.gov/index.cfm/attachment/download/29107)
Link: https://faaco.faa.gov/index.cfm/attachment/download/29107

 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/29109)
Link: https://faaco.faa.gov/index.cfm/attachment/download/29109

 
File Name: Document Security Notice to Prospective Offerors (doc) (https://faaco.faa.gov/index.cfm/attachment/download/29108)
Link: https://faaco.faa.gov/index.cfm/attachment/download/29108

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03005657-W 20130308/130306234728-5bf35a0038617a7e24582c948a4856d3 (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.