Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
DOCUMENT

M -- Amendment 002 OPERATIONS & MAINTENANCE SERVICES, MMAC, OKLAHOMA CITY, OK - Attachment

Notice Date
5/9/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, aaq-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-17-R-00001
 
Response Due
5/25/2017
 
Archive Date
5/25/2017
 
Point of Contact
connie houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email connie houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS ANNOUNCEMENT BEST VIEWED/DOWNLOADED FROM FAA CONTRACT OPPORTUNITIES WEB SITE, HTTPS://FAACO.FAA.GOV, KEYWORD: 17-R-00001. Amendment 002 issued May 9, 2017. This amendment corrects minor typos in the PWS, provides clarification to a vendor question and adds two (2) attachments. Amendment 001 issued May 5, 2017. This amendment provides changes to PWS and Section B. Addendum One provides answers to vendor questions. Attachments 17-22 have been added to Section J. Amendment 1 Continuation page provides information on added SIR/RFO elements. Due date for receipt of proposal is extended to May 25, 2017. The Federal Aviation Administration (FAA) has a requirement for Operations, Maintenance, and Repairs of Buildings, Structures and Utility Systems at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma. All work shall be accomplished in accordance to the Performance Work Statement. The Mike Monroney Aeronautical Center is comprised of 130 occupied buildings totaling approximately 3.4 million square feet located on approximately 1,100 acres near Will Rogers World Airport in Oklahoma City, OK. Work under the proposed contract includes complete control of the MMAC Preventative Maintenance Program (using an existing automated maintenance management system); routine/non-routine and emergency repair and trouble call (including but not limited to lighting, mechanical, HVAC, plumbing, electrical, structural, locks, door hardware, security systems, security cameras, fire alarm systems, communication repeaters, and other miscellaneous items that are required for Aeronautical Center facilities operations); contingency plan support; hazardous material handling; building operations using a Central Control & Monitoring System (CCMS); flight line maintenance support, base automotive shop operations and maintenance (including but not limited to forklifts, off-road vehicles, scooters, and other fixed or non-powered equipment); de-energizing/stored energies support during asbestos abatement (non-friable) activities; and oversight, management, and protection of Government-furnished property provided for use in contract performance. It is anticipated that an Indefinite-Delivery/Requirements type contract with firm-fixed-price elements, as well as Cost Reimbursable elements will be awarded as a result of this solicitation. This requirement is 100% set-aside for competition among SBA-certified Socially and Economically Disadvantaged Small Businesses (8A). The NAICS code applicable to this requirement is 561210 Facilities Support Services. The business size standard for this NAICS is $38.5 million. In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting. Your attention is directed to Sections L and M of SIR/RFO DTFAAC-17-R-00001 for instructions for preparation and submission of proposals. The SIR includes a technical evaluation, to include an evaluation of past performance. Offerors are required to provide Past Performance Questionnaires to customers/contractors who are familiar with the work ethic, standards, performance, and deliverables of the prime/general contractor demonstrated through previous or ongoing contracts of a similar nature [Provision L.6(a)(3)(B).] Offerors will provide the questionnaires to their customers, who will in turn complete and return the questionnaires directly to the Contracting Officer by the due date specified on the surveys. Three (3) to five (5) Past Performance Questionnaires must be submitted by the offerors customers directly to the Contracting Officer. Surveys received after the established due date may not be evaluated. A pre-proposal conference/site visit will be held on April 26, 2017 at 10:00 a.m. CDT in the Headquarters Building (Building No. 1), conference room BS-21 (use elevator/stairs at SW corner of HQ Bldg) at the MMAC, Oklahoma City, OK. All prospective attendees should contact Connie Houpt, Contracting Officer, 405/954-7820, connie.m.houpt@faa.gov, prior to 10:00 a.m. April 25, 2017. Attendees should enter the Aeronautical Center's main west entrance gate on South Regina Avenue and proceed to the Security Command Center just inside this entrance. Guards at the Security Command Center will direct attendees to the Headquarters Building. Service trucks will need to enter through the Commercial Entrance on SW 74th Street. Offerors are required to submit any questions they may have regarding this requirement in writing to the Contracting Officer by 1:30 p.m., April 20, 2017, so they can be placed on the agenda for discussion or so that a more definite response can be made. E-mail questions to connie.m.houpt@faa.gov. Questions received after that date, together with any questions generated at the conference, will be answered in writing as soon as possible following the conference. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (May 25, 2017). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. Proposals must be received electronically by the FAA Contracting Officer, connie.m.houpt@faagov, no later than 2:00 p.m. CDT, May 25, 2017. Any responses received after 2:00 p.m. CDT, May 25, 2017, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO 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 proposals. Inquiries regarding this SIR/RFO should be directed to the Contracting Officer, Connie Houpt, connie.m.houpt@faa.gov. 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/27265 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-17-R-00001/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 1R(a) PWS Rev 2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78160)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78160

 
File Name: Amend2 Continuation page (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78161)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78161

 
File Name: SIR/RFO DTFAAC-17-R-00001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78150)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78150

 
File Name: Attachment 24 FAA Buildings (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78164)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78164

 
File Name: ATTACHMENTS 10-12 CBAs (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78151)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78151

 
File Name: Attachment 25 FAA Equipment (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78165)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78165

 
File Name: ATTACHMENTS 4-9 WAGE DETERMINATIONS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78152)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78152

 
File Name: Amendment 002 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78162)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78162

 
File Name: Attachment 22 IAMAW MOU (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78153)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78153

 
File Name: Attachment 23 Addendum 2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78163)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78163

 
File Name: Amendment 001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78154)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78154

 
File Name: Attachment 19 MMAC Buildings Map (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78156)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78156

 
File Name: Attachment 21 Over and Above Labor Rates (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78155)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78155

 
File Name: ATTACHMENT 3 CONTRACTOR'S RELEASE (docx) (https://faaco.faa.gov/index.cfm/attachment/download/78149)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78149

 
File Name: Attachment 17 Addendum One (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78158)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78158

 
File Name: Attachment 20 Snow and Mowing Maps (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78157)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78157

 
File Name: ATTACHMENTS 13-14 PAST PERFORMANCE DOCUMENTS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78148)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78148

 
File Name: Attachment 2R Section B Revised (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/78147)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78147

 
File Name: Attachment 18 GPF-Inventory (xlsx) (https://faaco.faa.gov/index.cfm/attachment/download/78159)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78159

 
File Name: ATTACHMENT 15 3.6.2-29 STATEMENT OF EQUIVALENT RATES (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78145)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78145

 
File Name: Amend1 Continuation Page (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/78144)
Link: https://faaco.faa.gov/index.cfm/attachment/download/78144

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04501793-W 20170511/170509235513-7871832f5102660035e521c4c5093722 (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.