Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
DOCUMENT

Z -- ******** Amendment 0003 Replace Exterior Metal Doors, Savannah Air Traffic Control Tower, Savannah, GA************ - Attachment

Notice Date
9/8/2016
 
Notice Type
Attachment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN - Eastern Service Area (Atlanta, GA)
 
Solicitation Number
DTFAEN-16-R-00166
 
Response Due
9/13/2016
 
Archive Date
9/13/2016
 
Point of Contact
Regina Singleton, regina.singleton@faa.gov, Phone: 404-305-5790
 
E-Mail Address
Click here to email Regina Singleton
(regina.singleton@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
*********This Amendment 0003 is being executed to publish Final Specifications and Responses and Clarifications to RFIs******************** The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-510 ATL, College Park, Georgia has a requirement to Replace Exterior Metal Doors Savannah Air Traffic Control Tower, Savannah, GA and is issuing a Request for Proposal (RFP) from eligible interested Offerors. PERIOD OF PERFORMANCE: The anticipated period of performance is approximately ninety ( 90) working days. For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 238290, Other Building Equipment Contractors and the small business size standard is $15 million average annual receipts over the past 3 fiscal years. The estimated cost magnitude is less than $100,000.00. This requirement is being fulfilled by way of Tiered Evaluation: This requirement is being offered to qualified, responsive concerns and offers will be considered using a tiered order of precedence. Tiered evaluation of offers allows the FAA the means to promote small business while providing the opportunity to continue with the procurement action in the event there is inadequate or insufficient small business participation. 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 attempt to award a contract on a competitive basis to an eligible socially and economically disadvantaged business (SEDB) that has been expressly certified by the Small Business Administration for participation in its 8(a) program, provided that adequate competition is received and an award can be made at a fair market price. Second Tier. If circumstances do not permit an award to an 8(a) concern, the evaluation will proceed to the second tier. The Government will then evaluate offers from any eligible service-disabled veteran owned small business (SDVOSB), provided that adequate competition is received and 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 (SDVOSB), the Government will proceed with evaluations of offers from any eligible small business concern, provided that adequate competition is received and an award can be made at a fair market price. Fourth Tier. Finally, if circumstances do not permit an award in the third tier, the FAA will evaluate offers and attempt 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. In summary, once offers are received they will be evaluated by tier according the order of precedence previously specified. If no award can be made at the first tier, the evaluation will proceed to the next lower tier until award can be made. SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect the Site where work is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Therefore a Site Visit has been scheduled for 31 August 2016 at 9am EDT -local time. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit to Jordan James see the POC info below: Name: _Stephanie Johnson_______ Address: _1701 Columbia Ave, College Park, GA 30227__________ Telephone: _____4047029560____ Note: Please contact Stephanie Johnson at stephanie.m.johnson@faa.gov with your Company ™s Name, phone number and a list of attendees at least one day prior to the appointed time. *******IMPORTANT- Failure to coordinate attendance in advance with FAA POC will result in denial of site access.**************** Information provided at the site visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process. Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). Proposals can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: Delivery address: Eastern Service Area, AAQ-510ATL, 1701 Columbia Avenue College Park, GA 337 Attn: Regina Singleton All proposals must be sealed and labeled as follows: RFP- DTFAEN-16-R-00166 Proposal due date: 13 September 2016- NLT 12:00 PM Eastern Standard Time Submissions must be submitted via CD-ROM (one (1) copy) and 1 hard copy - hard copies shall be in three-ring binders. No fax or email copies of Proposals will be accepted. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Offerors submitting proposals by hand-delivery will need to allow sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. Please refer all questions in śwriting ť only to regina.singleton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 6 September 2016, 3:00 PM EST. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments via E-Mail to regina.singleton.faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing within three (3) business days on the FAA Contract Opportunities website to all potential Offerors. Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified. This RFP 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 requested proposal documentation. For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 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/25458 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-16-R-00166/listing.html)
 
Document(s)
Attachment
 
File Name: Amendment 0002 pkg (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69517)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69517

 
File Name: SAV-ATCT-1203950 final plans (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69518)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69518

 
File Name: BusinessDeclaration May 2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69519)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69519

 
File Name: SAV Door Panels Annoucement abstract (doc) (https://faaco.faa.gov/index.cfm/attachment/download/69522)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69522

 
File Name: DTFAEN-16-R-00166 SIR corrected August 30 2016 (rtf) (https://faaco.faa.gov/index.cfm/attachment/download/69521)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69521

 
File Name: DTFAEN-16-R-00166 Amendment 0001 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/69520)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69520

 
File Name: Specs 08 71 00 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69574)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69574

 
File Name: FINAL SPECS TOWER DOORS sept 6 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69573)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69573

 
File Name: DTFAEN-16-R-00166 Amendment 0003 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/69572)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69572

 
File Name: SAV Panels PAST PERF SURVEY (doc) (https://faaco.faa.gov/index.cfm/attachment/download/69515)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69515

 
File Name: General Decision Number GA160129 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/69516)
Link: https://faaco.faa.gov/index.cfm/attachment/download/69516

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04263235-W 20160910/160908235610-c41a786db6db99200a84b9aa3d1a6b3a (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.