Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

Y -- Deployable Air Traffic Control Facilities (DATCF) - Attachment

Notice Date
11/8/2016
 
Notice Type
Attachment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Southwest)
 
Solicitation Number
25781
 
Response Due
11/16/2016
 
Archive Date
11/16/2016
 
Point of Contact
Mary Higgins, mary.higgins@faa.gov, Phone: 817-222-5526
 
E-Mail Address
Click here to email Mary Higgins
(mary.higgins@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Deployable Air Traffic Control Facility (DATCF) AMENDMENT 1 - Extend response date to Wednesday, 11/16/2016 at 12:00 Central time. The Federal Aviation Administration (FAA) has a requirement for Deployable Air Traffic Control Facilities (DATCF), which will consist of modified ISO (International Standard for Organization) freight containers. The DATCF will include a Tower Cab module which may be stick-built by the contractor to integrate into a fully functional Air Traffic Control Facility capable of long-term use. The DATCF will include but is not limited to the following systems: power and electrical, lightning/grounding protection, HVAC, fire/life safety, vibration & seismic mitigation design features. The DATCF must be designed and constructed to support the operational systems necessary to control aircraft that will be installed by the FAA after acceptance of the DATCF. Responding sources must have the capability to fabricate and deliver a turn-key modular facility and assemble the DATCF on their site, disassemble it and deliver to the FAA s designated site. The vendor receiving the award will be given a design to review, recommend changes to improve the design or correct discrepancies, and then fabricate and assemble the modules. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section III for documentation required to be submitted and evaluated to determine which vendors receive the solicitation. SECTION I REQUIREMENT SCOPE The four (4) position, non-motorized, Deployable Air Traffic Control Facility (DATCF) is being developed in response to the Federal Aviation Administration s need for the ability to deploy an asset that can be quickly assembled to support a long term facility outage due to a disaster or tower modernization projects. The DATCF is designed to meet Occupational Safety and Health Administration requirements to the maximum extent possible. The DATCF is comprised of the following major components which are further discussed in the specifications: i.First Floor Equipment Modules. The Equipment Modules will form the first level of the DATCF. These modules will contain the racks of equipment necessary to enable the DATCF to control air traffic and communicate with the FAA network and the local telecommunications service provider. The air traffic control and mission support equipment will be provided and installed by the FAA after acceptance of the DATCF at the specified delivery site. ii.Second Floor Mechanical and Stair Modules iii.Third Floor Mechanical and Stair Modules iv.Fourth Floor Stair Modules v.Fifth Floor Cab Modules a.Access b.Glass c.Antenna module access d.Cab Power e.Cab heating and cooling vi.ATCF Roof Modules the mount antennas All work shall be in accordance with the plans and specifications that will be provided at a later date. The total estimated price of the proposed construction project is between $2,000,000 $2,500,000. Payment and Performance Bonds will be required as a part of the solicitation. SECTION II- CONTRACT TYPE AND EVALUATION CRITERIA Award will be made to the responsive and responsible offeror whose offer results in the best value to the Government. The North American Industry Classification System (NAICS) is 332312, Fabricated Structural Metal Manufacturing. The small business size standard is 500 employees. The solicitation will be competed as 100% small business set-aside. SECTION III- GO/NO GO CRITERIA The initial information submitted will be evaluated on a Go/No-Go basis. Offerors must receive a Go on all of the following criteria to be considered a viable offeror and receive the solicitation. The Government reserves the right to perform clarifications/discussions with any offerors. Capability Statement: All responders must provide a Capability Statement that addresses the following (in order): i.A brief description of your company s expertise and qualifications for providing mobile air traffic control towers or other modified ISO freight container structures of more than one story in height. Include the number of years experience in providing these structures, the total number of structures provided, and your production capacity; ii.Identify products provided under previous contracts that are similar in size, scope and complexity to this effort. Provide delivery capabilities to include time-lines from receipt of order. Identify commercial and military sales history of these or similar items over the last five years, to include dates, customers and quantities provided; iii.Identify vendor capability to provide an electrical system with an automatic transfer switch and distribution panels that comply with national codes and are certified by a certified electrical engineer. iv.Identify vendor capability to ensure that the design incorporates module grounding that meets the requirements of NFPA code for lightning protection. v.Identify the vendor capability to review and improve the design, if needed, to adapt the DATCF to deployment sites in seismic areas. vi.Identify vendor capability to provide periodic or on-going maintenance of the DATCF or similar structures and associated equipment both in storage and in use configurations; vii.Identify your firm s programmatic approach (access to additional resources, skills, subcontractors, etc), if necessary to perform the anticipated work. To receive a Go rating the offeror must provide the following: i.Evidence of having five (5) years of experience delivering intermodal containers that have been modified into structures that have more than one level, including electrical wiring, lightning grounding, Fire/Life/Safety systems, Heating, Ventilation, and Air Conditioning (HVAC) systems, and are compliant with Occupational Safety, and Health Administration (OSHA) regulations for offices. ii.Five(5) years of experience fabricating stick built ISO compliant modules that connect to ISO compliant 20 , intermodal containers. iii.A facility that is capable of integrating the 20 x 8 x 9.6 containers when they are stacked two units high or higher. iv.Certified electricians, welders and Fire/Life/Safety specialists on staff. v.An offeror must be able to provide the necessary bonding for a project of this size (construction estimate of $2,000,000 to $2,500,000), and complete the following documents: a.Capability Statement (as defined above) b.Business Declaration c.Sensitive Security Information Form d.Past Experience Information* *To receive a Go rating for past experience, the offeror must provide two (2) projects, performed of similar size and scope in the past five years. The information provided will also be used as part of the responsibility determination. Responses must be emailed to mary.higgins@faa.gov, no later than 12:00 Noon (CT) on Wednesday, 11/16/2016 and are limited to 20 pages in length. Do not include the attachments in the page count. Only electronic submissions will be accepted. The electronic submission should be in either Microsoft Word or Portable Document Format (PDF). Please place the announcement number and "DATCF in the subject line of your email. Requests received after this date and time will not be honored. Failure to submit all required information will deem the request for solicitation as non-responsive. NOTE: Contractors must have active registration in System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov. 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/25962 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/25781/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/71946)
Link: https://faaco.faa.gov/index.cfm/attachment/download/71946

 
File Name: Past Experience History (docx) (https://faaco.faa.gov/index.cfm/attachment/download/71945)
Link: https://faaco.faa.gov/index.cfm/attachment/download/71945

 
File Name: Go- No Go Synopsis MAMP 11.8.16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/71948)
Link: https://faaco.faa.gov/index.cfm/attachment/download/71948

 
File Name: Sensitive Security Information Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/71947)
Link: https://faaco.faa.gov/index.cfm/attachment/download/71947

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04324093-W 20161110/161108235433-9f67d7d2e30a60fe1a510cc526a21446 (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.