Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
DOCUMENT

Z -- Lab Bus Duct Installation Phase II in Building 315 at the FAA William J. Hughes Technical Center (WJHTC) Project - Attachment

Notice Date
5/9/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-610 CT - William J. Hughes Technical Center (Atlantic City, NJ)
 
Solicitation Number
DTFACT-16-R-00043
 
Response Due
5/23/2016
 
Archive Date
5/23/2016
 
Point of Contact
Benjamin Tarr, benjamin.tarr@faa.gov, Phone: 609-485-5097
 
E-Mail Address
Click here to email Benjamin Tarr
(benjamin.tarr@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(1)INTRODUCTION The estimated price range for this project is $400,000.00 to $500,000.00. The FAA William J. Hughes Technical Center at the Atlantic City International Airport, NJ has a requirement for construction. The work includes the provision of all labor, materials and equipment to install new bus ducts in the labs of Building 315 at the FAA William J. Hughes Technical Center (WJHTC) and all incidental related work. The project includes, but is not limited to, the following: A. Demolition B. Create New Electrical Room C. Bus Duct Electric Meters D. Installation in Lab 1, Lab 2, Lab 3, Lab 4, and Robotics Lab (2) PERIOD OF PERFORMANCE The FAA anticipates award of a firm, fixed-price contract by August 2015. The period of performance will be 150 calendar days from the Notice to Proceed (NTP). (3) SET-ASIDE INFORMATION This procurement will be set-aside for competition amongst SMALL BUSINESS vendors. The applicable NAICS Code for this procurement is 238210 “ Electrical Contractors and Other Wiring Installation Contractors with a Size Standard of $15.0M. The vendor must be capable of performing, with its own workforce, not less than 51% of the work, not including the cost of materials and equipment. (4) PROCUREMENT SCHEDULE Interested Vendors “ Statement of Work is 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. Vendors interested in being considered for this requirement MUST complete a Business Declaration (Attachment II) and submit the name, title and phone number of no more than two (2) people who will be attending the site visit, and send it to benjamin.tarr@faa.gov no later than 1:00PM (EST) on May 23, 2016. Site Visit “ All interested vendors must attend a MANDATORY site visit which is scheduled for 1:00PM (EST) on June 10, 2016, at which time copies of the contract drawings and specifications will be made available (in hard copy only). Pre-Qualification - The FAA will be pre-qualifying vendors to be able to submit bids for this project. Pre-qualification Worksheet is attached (Attachment III). Vendors must complete the pre-qualification worksheet in full and return it to the Contracting Officer prior to submitting a bid. Only vendors who are successfully pre-qualified AND attended the mandatory site visit will be permitted to submit a bid. 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) Response Requirements Interested vendors must respond to this announcement via email at benjamin.tarr@faa.gov by 1:00PM (EST) on May 23, 2016; late responses will not be considered. Receipt of all responses must be confirmed by the government. Responses must include the following: (a) Completed Business Declaration (Attachment II) (b) Name, title, and phone number of no more than two (2) people who will be attending the site visit on behalf of Interested Vendor (c) Completed Pre-qualification Worksheet (Attachment III) may be received after the site visit but must be received prior to release of the RFP (exact date to follow) (6) OTHER INFORMATION (a) Award of this requirement will be made to the responsible lowest price offeror who successfully pre-qualified AND attended the mandatory site visit. (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 associated documents will only be released to pre-qualified vendors who attended the mandatory site visit. (d) A formal question and answer period regarding the complete RFP Package will open after the site visit and pre-qualification process once the formal RFP is released. (e) Building 315 is a secure facility and has special requirements. See Attachment IV for additional details that must be followed. 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/24275 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WJHTC/DTFACT-16-R-00043/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment II - Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/65041)
Link: https://faaco.faa.gov/index.cfm/attachment/download/65041

 
File Name: Attachment III - Pre-qualification Worksheet (doc) (https://faaco.faa.gov/index.cfm/attachment/download/65042)
Link: https://faaco.faa.gov/index.cfm/attachment/download/65042

 
File Name: Attachment I - B315 Busways Phase II SOW (doc) (https://faaco.faa.gov/index.cfm/attachment/download/65040)
Link: https://faaco.faa.gov/index.cfm/attachment/download/65040

 
File Name: Attachment IV - TSL Requirements (doc) (https://faaco.faa.gov/index.cfm/attachment/download/65043)
Link: https://faaco.faa.gov/index.cfm/attachment/download/65043

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04110244-W 20160511/160509234533-5fe767f71789907b0ab3bdc12383f4ab (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.