Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
DOCUMENT

Y -- K-9 Operations Building 157 Remodel - Attachment

Notice Date
8/6/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-610 CT - William J. Hughes Technical Center (Atlantic City, NJ)
 
Solicitation Number
DTFACT-14-R-00036
 
Response Due
8/13/2014
 
Archive Date
8/13/2014
 
Point of Contact
Daniel Farrell, daniel.farrell@faa.gov, Phone: 609-485-4081
 
E-Mail Address
Click here to email Daniel Farrell
(daniel.farrell@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(1) INTRODUCTION The FAA William J. Hughes Technical Center at the Atlantic City International Airport, NJ has a requirement for construction. The project includes the provision of all labor, materials and equipment to complete the renovation of the K-9 Explosives Storage Characterization Facility (Building 157), to include: demolition work of existing interior architectural, plumbing, HVAC, and electrical work; and installation of new architectural, plumbing, HVAC, and electrical work. The work includes new interior walls and other architectural details, installing new electrical circuits and fixtures, changing duct work for HVAC system modifications, installing new MAU and AHU units, and other various trades associated with building renovation. (2) PERIOD OF PERFORMANCE The FAA anticipates award of a firm, fixed-price contract by the end of September. The period of performance will be 180 calendar days from the Notice to Proceed (NTP). (3) SET-ASIDE INFORMATION This procurement will be set-aside for competition among small businesses. The applicable NAICS Code for this procurement is 236220 - Commercial and Institutional Building Construction with a Size Standard of $36.5M. (4) PROCUREMENT PHASES Phase I “Preliminary Specifications are attached (Attachment I) as a means of outlining the broad scope of the work. This broad scope is to give vendors an idea of the size of the project and the resources it will require. It is meant to be informational only. Also attached to this posting is a list of pre-qualifications (Attachment II). Vendors interested in being considered for this requirement must respond to the pre-qualifications and submit their responses, along with a completed Business Declaration (Attachment III) in writing to daniel.farrell@faa.gov no later than 1PM (EST) on August 13, 2014. Phase II “ Once all of the pre-qualifications have been collected, they will be evaluated by the FAA on a pass/fail basis. Vendors must meet all of the requirements in the pre-qualification criteria to be considered technically acceptable to move on to Phase III. Phase III “ The FAA will invite all of the pre-qualified vendors to a mandatory site visit, at which time final drawings and specifications, and a complete Request for Proposal (RFP) Package will be distributed. The FAA will not pay for any information received or costs incurred in attendance of the site visits or preparing responses to this announcement. Therefore, any costs associated with the site visit or response to the RFP is solely at the interested vendors ™ expense. (5) DELIVERY REQUIREMENTS Interested vendors must respond to this announcement via email at daniel.farrell@faa.gov by 1PM (EST) on August 13, 2014; late responses will not be considered. Responses must include the following: (a) Pre-qualification information as detailed on Attachment II (b) Completed Business Declaration (Attachment III) (6) OTHER INFORMATION (a) Award of this requirement will be made to the responsible lowest price, technically acceptable offeror. (b) All potential vendors must be registered in the System for Award Management website (https://www.sam.gov/portal/public/SAM/) for consideration of this award. (c) Potential sources are cautioned that further public announcements may not be made and the RFP along with SOW documents will only be released to the qualified vendors invited to the final site visit. (d) Questions about this announcement must be submitted in writing to daniel.farrell@faa.gov no later than 1PM (EST) on August 11, 2014. A question and answer period regarding the complete RFP Package will open after the site visit held during Phase III. 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/17390 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/DTFACT-14-R-00036/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment I - Preliminary Specifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/43426)
Link: https://faaco.faa.gov/index.cfm/attachment/download/43426

 
File Name: Attachment II - Pre-Qualification Requirements (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/43427)
Link: https://faaco.faa.gov/index.cfm/attachment/download/43427

 
File Name: Attachment III - Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/43428)
Link: https://faaco.faa.gov/index.cfm/attachment/download/43428

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03453747-W 20140808/140807022758-61dd37148774a41492c1f28a816037e6 (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.