DOCUMENT
Y -- REMOVE AND REPLACE CARPET, EDEN PRAIRIE, MN - Attachment
- Notice Date
- 4/12/2017
- Notice Type
- Attachment
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
- Solicitation Number
- 27073
- Response Due
- 4/21/2017
- Archive Date
- 4/21/2017
- Point of Contact
- PATTI OWENS, patti.ctr.owens@faa.gov, Phone: 405-954-0693
- E-Mail Address
-
Click here to email PATTI OWENS
(patti.ctr.owens@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a market survey for removing existing carpet and replace with new ESD carpet tile at Airport Air Traffic Control Tower site located at 10110 Flying Cloud Dr. Eden Prairie, MN 55347 and at the Airport Air Traffic Control Tower site located at 5800 Airport Road Crystal,Brooklyn Center, MN 55429. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting proposals at this time. At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. FAA anticipates that any resultant contract will be a Fixed-Price contract. The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms. The scope of work consists of: 1) Remove existing Cab carpet, remove from site and dispose of properly. 2) Prepare the floor according to specification and manufacturer ™s recommendations. 3) Install new StaticWorx ESD Carpet Tile in the Cab per manufacturer ™s requirements, using low emission, low odor ESD Clear Conductive Adhesive, including a copper strip attached to an outlet for grounding. 4) Contractor will move existing chairs out of the way during this work and move back at the end of the work shift. 5) Install new Vinyl Stair Nose Molding in the Tower Cab. The work area shall be well ventilated during and after adhesive usage to dissipate any lingering odors. The principle North American Industry Classification System (NAICS) code for this effort is 238330 - Flooring Contractors, with a size standard of $15M. Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement: 1. Capability Statement - This document is limited to not more than six (6) pages and must identify: (a your firm has done similar work in the past. (b) Dollar value and type of monitoring /remediation / abatement services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user information) which meet the contract performance requirements above; (c) Number of years in business performing the services required of this announcement; 2. Business Duns number- Interested vendors shall supply their company Duns number. 3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable. All responses to this market survey must be received by 5:00 p.m. CST on April 21, 2017. All submittals should be submitted in electronic format (email) to: Patti Owens, Contractor, Contract Specialist, Z-Indigo Consulting, LLC, Email: patti.ctr.owens@fAA.gov. Please include Solicitation/Contract #27073 The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendors' expense. NOTICE 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. 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/27073 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/27073/listing.html)
- Document(s)
- Attachment
- File Name: SOW - FCM and MIC Carpet Replacement (doc) (https://faaco.faa.gov/index.cfm/attachment/download/77405)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/77405
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOW - FCM and MIC Carpet Replacement (doc) (https://faaco.faa.gov/index.cfm/attachment/download/77405)
- Record
- SN04469765-W 20170414/170412234553-3f4f61ec998a1ea56661363814b9b884 (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 |