Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
DOCUMENT

99 -- Inspection and testing of the steel catwalk supporting towers and guys connections serving the Runway 23 Approach Lighting System at the Yeager Airport in Charleston, West Virginia. - Attachment

Notice Date
8/5/2015
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, WES41 EN - Eastern Service Area (New York, NY)
 
Solicitation Number
21991
 
Response Due
8/21/2015
 
Archive Date
8/21/2015
 
Point of Contact
CHARLIE PEPPERS, charlie.peppers@faa.gov, Phone: 540-349-7417
 
E-Mail Address
Click here to email CHARLIE PEPPERS
(charlie.peppers@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this requirement is to seek a qualified contractor to provide all labor, materials, supplies, liabilities and equipment necessary to provide complete inspection and testing of the steel catwalk, supporting towers and guyed connections serving the Runway 23 Approach Lighting System at The Yeager Airport in Charleston, West Virginia in accordance with the FAA specs. The Federal Aviation Administration (FAA) intends to award this contract by 24 August 2015. The period of performance is estimated to begin on/or about 28 August 2015 through 30 September 2015. North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction Services; size standard is $33.5 Million. Offers are due on 21 August 2015 by 5:00 p.m. (Eastern Standard Time). Email all offers to charlie.peppers@faa.gov or mail to the appropriate address listed in the solicitation by the due date. This requirement is offered to all qualified, responsive concerns and offers will be considered using tiered order of precedence. Each tier will be evaluated using the procedure outlined below. A determination of insufficient competition or unreasonable price will be made before the next tier is evaluated. First Tier. It is the intent of the FAA to award a contract on a competition basis to an eligible 8(a) business concern; provided that adequate competition is received an award can be made at a fair market price. Second Tier. If circumstances do not permit an 8(a) award, the responsive offeror(s) from the first tier will be included in the evaluation of the second tier. The Government intends to award a contract on a competitive basis to an eligible service-disabled veteran owned small business; provided that adequate competition is received an award can be made at a fair market price. Third Tier. If circumstances do not permit a service-disabled veteran owned small business award, the responsive offer(s) from the first and second tier will be included in the evaluation of the third tier. The Government intends to award a contract on a competition basis to an eligible small business concern; provided that adequate competition is received an award can be made at a fair market price. Last Tier. It circumstances do not permit an award in the third tier, the FAA intends to award a contract on the basis of full and open competition from among all responsible, responsive offers received providing award can be made at a fair market price. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation. To be considered for this award of this project, the contractor must be currently registered in the System for Award Management (SAM) database. SEE CLAUSE 3.3.1-33, System for Award Management (August 2012). (Website: www.sam.gov) Solicitation and attachment information can be reviewed at FAA Contract Opportunities Website: https://faaco.faa.gov/ under current opportunities. "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-own concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rate 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/21991 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/ER/21991/listing.html)
 
Document(s)
Attachment
 
File Name: Solicitation (rtf) (https://faaco.faa.gov/index.cfm/attachment/download/56731)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56731

 
File Name: Specifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56732)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56732

 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/56733)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56733

 
File Name: W-9 Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56734)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56734

 
File Name: Wage Determination (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/56735)
Link: https://faaco.faa.gov/index.cfm/attachment/download/56735

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03825042-W 20150807/150805235350-bc33ccd4cfe7f2db15f125ef54ffdb6d (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.