DOCUMENT
Y -- Renovation of the Control Wing Basement and upgrade to the Major Mechanical systems at the Washington Air Route Traffic Control Center (ARTCC) located at 825 E. Market Street, Leesburg, VA - Attachment
- Notice Date
- 6/3/2016
- Notice Type
- Attachment
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ511 EN - Eastern Service Area (Boston, MA)
- Solicitation Number
- DTFAEN-16-R-20200
- Response Due
- 6/20/2016
- Archive Date
- 6/20/2016
- Point of Contact
- Susan Newcomb, susan.newcomb@faa.gov, Phone: 781-238-7659
- E-Mail Address
-
Click here to email Susan Newcomb
(susan.newcomb@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration (FAA), Eastern Services Area (Boston Office), intends to prequalify contractors interested in receiving a Request for Offer (RFO) for work associated with the Renovation of the Control Wing Basement and upgrade to the Major Mechanical systems at the Washington Air Route Traffic Control Center (ARTCC) located at 825 E. Market Street, Leesburg, VA. The work shall include, but is not limited to, the following: A.Installation of three temporary towers and condenser water pumps. B.Removal and replacement of multiple chillers, cooling towers, chilled water pumps, condenser water pumps and HVAC control system. C.Construction of foundations, sumps, and access platform related to new cooling towers. D.Removal and installation of three natural gas boilers along with hot water pumps, expansion tanks, hydronic piping, breeching and stacks. E.Removal and replacement of power panels, conduit, wire and Motor Control Centers (MCCs) F.Installation of new architectural finishes and walls, including construction of an office buildout. G.Relocation of fire alarm system devices and fire sprinkler systems. H.Removal and replacement of mechanical systems located in the Control Wing Basement. Multiple air handling units and associated ductwork, piping, controls and power. I.Removal and replacement of lighting systems located in the Control Wing Basement which covers about 16,000 square feet. Lighting, conduits, wire and emergency lighting. J.Removal and replacement of raised floor system in Control wing basement (Host room) which covers approx. 5,000 square feet. K.The abatement of asbestos in pipe insulation (TSI), floor tile, mastic, and doors. L.The abatement of lead based and lead containing paint from doors and frames, piping, railings, wall and floor surfaces, etc. M.Exploratory excavation for assessment of underground chilled water piping and possible replacement. N.In accordance with Executive Order 13693 the FAA must maximize the use of safe alternatives to ozone depleting substances, as approved by Environmental Protection Agency's (EPA) Significant New Alternatives Policy (SNAP) Program. Chillers installed under this SIR must meet the requirement of the SNAP Program. The successful offeror must be able to complete 15% of the work using its own resources. The SIR DOCUMENT is attached The FAA will be pre-qualifying Prime or General Contractors only. Contractors who prequalify will be eligible to receive a Request for Offer. All submittals must address the evaluation criteria and may be sent electronically to Susan.Newcomb@faa.gov. Electronic submittals are preferred however mailed submittals will be accepted. Mailed Submissions must contain One (1) original and Three (3) copies. Mail submittals to the Federal Aviation Administration, Attn: Susan Newcomb, AAQ-511Bos, 1200 District Avenue, Burlington, MA 01803. On the envelope mark for: SIR No. DTFANE-16-R-20200. Point of contact is Susan Newcomb, Contracting Officer, Telephone 781-238-7659. All submittals must be received no later than 5:00 p.m. local time, June 20, 2016. Submittals received after this date will not be considered. The price range for this requirement is $6,000,000 to $8,000,000 If you are viewing this announcement from a source other than FAA Contract Opportunities (FAACO), you may not receive accurate information regarding dates, attachments, or amendments. 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/24512 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NER/DTFAEN-16-R-20200/listing.html)
- Document(s)
- Attachment
- File Name: DTFAEN16R20200(SIR) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/65721)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/65721
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: DTFAEN16R20200(SIR) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/65721)
- Record
- SN04138610-W 20160605/160603234945-9f82add28d625fb1fb62e7759b25cd0b (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 |