Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

Y -- ***********Amendment 0005 Solicitation for Construction of a Concrete Shelter Building with a Steel Antenna Tower Platform with a walk up stairway*************** - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN - Eastern Logistics Service Area (Southern)
 
Solicitation Number
DTFAEN-16-R-00186
 
Response Due
1/20/2017
 
Archive Date
1/20/2017
 
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
ALL QUESTIONS MUST BE SUBMITTED IN WRITING, NO PHONE CALLS PLEASE. The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-510 ATL, College Park, Georgia has a requirement for the Construction of a Concrete Shelter Building with a Steel Antenna Tower Platform with a walk up stairway located at the Boston Logan International Airport in Boston, MA and is issuing a Request for Proposal (RFP) from eligible interested Offerors. PERIOD OF PERFORMANCE: The anticipated period of performance is approximately two hundred-fifteen (215) calendar days. For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 237130 Power and Communication Line and Related Structures Construction, with a small business size standard of $36.5 million average annual receipts over the past 3 fiscal years. The estimated cost magnitude is between $500,000.00 and $1,000,000.00. This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using FULL AND OPEN COMPETITION, as described in Part IV “ Section M, Evaluation Factors for Award. 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 1 December 2016 at 1030am EST -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 John Timony see the POC info below: POC Name: John Timony Address: Boston Logan International Airport 300 Terminal C, Harborside St. Terminal C Boston, MA 02128 Telephone: 978-866-7622 Note: Please contact Jordan Timony at john.timony@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-510 1701 Columbia Avenue College Park, GA 337 Attn: Regina Singleton All proposals must be sealed and labeled as follows: RFP- DTFAEN-16-R-00186 Proposal due date: 20 January 2017 - 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 13 December 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/26363 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-16-R-00186/listing.html)
 
Document(s)
Attachment
 
File Name: DTFAEN 16 C 00186 Amendment 0003 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74143)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74143

 
File Name: MASSPORT Contractor Requirements as of August 2006 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74142)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74142

 
File Name: Section B Bid Schedule (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74141)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74141

 
File Name: DTFAEN 16 C 00186 Amendment 0004 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74140)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74140

 
File Name: DTFAEN-16-R-00186 Amendment 0002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74134)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74134

 
File Name: BusinessDeclaration May 2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74133)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74133

 
File Name: BOS RTR-2016-final cnstrct drwgs (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74136)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74136

 
File Name: BOS RTR- wage determination (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74144)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74144

 
File Name: BOS RTR Final Specs 28July16 - JT (2) (3) (doc) (https://faaco.faa.gov/index.cfm/attachment/download/74135)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74135

 
File Name: DTFAEN-16-R-00186 SIR draft copy (rtf) (https://faaco.faa.gov/index.cfm/attachment/download/74138)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74138

 
File Name: BOS RTR PAST PERF SURVEY (doc) (https://faaco.faa.gov/index.cfm/attachment/download/74137)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74137

 
File Name: DTFAEN-16-R-00186 Amendment 0001 signed (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74139)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74139

 
File Name: DTFAEN 16 C 00186 Amendment 0005 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/74153)
Link: https://faaco.faa.gov/index.cfm/attachment/download/74153

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04367967-W 20170112/170110234413-03f4d11720561375f2b62038710181b7 (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  © 1994-2020, Loren Data Corp.