Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2013 FBO #4312
DOCUMENT

56 -- SIR DTFAAC-13-R-07112 - New Two Lane Extension of SW 64th Street at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK - Attachment

Notice Date
9/12/2013
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-13-R-07112
 
Response Due
9/18/2013
 
Archive Date
9/18/2013
 
Point of Contact
Bill White, bill.white@faa.gov, Phone: 405-954-5238
 
E-Mail Address
Click here to email Bill White
(bill.white@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE: A SEPARATE PDF DRAWING FILE HAS BEEN ADDED TO THE ATTACHMENT LIST. The hour and date specified for Offer is NOT extended. ********************************************************** The Federal Aviation Administration (FAA) has a requirement for New Two Lane Extension of SW 64th Street at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. All work shall be accomplished in accordance to the project specifications and drawings. Work project consists of the installation of a new two lane extension of SW 64th Street, concrete drives, sidewalk, site drainage improvements, street lighting, cross walk paint striping and landscape sodding. Provide all labor, equipment and materials required as necessary for a complete installation as described in the contract documents. Project shall include all material and labor necessary to construct the on-site storm drainage, silt fence, sodding, hard surface paving, sidewalk, light poles and bases with wiring and connections to existing MMAC infrastructure system. Work DOES NOT Include: Moving/relocating any of the existing electrical transformers stored units on the site. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation. In accordance with AMS T3.2.2, past performance will be evaluated during source selection to ensure award to contractors with acceptable past performance on similar contracts. Your attention is directed to SIR/RFO, Section L, Provision L.2, for instructions for preparation and submission of proposals. Past performance documentation must be submitted or proposal may be rejected as technically unacceptable. This requirement is 100% set-aside for competition among Small Businesses. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $33.5 million. A pre-proposal conference/site visit will be held on September 11, 2013 at 10:00 a.m. CST in the Mult-Purpose Building (MPB), conference room 306 at the MMAC, Oklahoma City, OK. All prospective attendees should contact Bill White, Contract Specialist, 405/954-5238, bill.white@faa.gov, prior to 10:00 a.m. September 10, 2013. Attendees should enter the Aeronautical Center's main west entrance gate on South Regina Avenue and proceed to the Security Command Center just inside this entrance. Guards at the Security Command Center will direct attendees to the MPB. Service trucks will need to enter through the Commercial Entrance on SW 74th Street. ALL QUESTIONS REGARDING THE PROJECT/SPECIFICATIONS/PLANS MUST BE RECEIVED IN WRITING (BILL.WHITE@FAA.GOV) NO LATER THAN 10:00 A.M. CST ON SEPTEMBER 13, 2013, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (September 18, 2013). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Proposals must be received by the FAA, Bid and Proposal Officer (AMQ-100), 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169, no later than 3:00 p.m. CST, September 18, 2013. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169. Proposals must be sealed and labeled as follows: SIR/RFO No. DTFAAC-13-R-07112; due 300 p.m. CST, September 18, 2013. AS A PROPOSAL GUARANTEE IS REQUIRED WITH ALL SUBMITTALS, ELECTRONIC PROPOSALS ARE NOT AUTHORIZED. All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 10:00 a.m. CST, September 19, 2013, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contract Specialist, Bill White, bill.white@faa.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/15081 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-13-R-07112/listing.html)
 
Document(s)
Attachment
 
File Name: SIR DTFAAC-13-R-07112 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34230)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34230

 
File Name: SIR DTFAAC-13-R-07112 Attachments 1 thru 10-Updated (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34231)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34231

 
File Name: DTFAAC-13-R-07112 - SW 64th St Drawings (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/34232)
Link: https://faaco.faa.gov/index.cfm/attachment/download/34232

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03185475-W 20130914/130912235441-7c3f15fd079cdad30453b0d0d07d0d80 (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.