Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
DOCUMENT

Z -- DFW Consolidated ATCT Modernization - Attachment

Notice Date
7/13/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Southwest)
 
Solicitation Number
27656
 
Response Due
7/21/2017
 
Archive Date
7/21/2017
 
Point of Contact
Morgan Finley, morgan.finley@faa.gov, Phone: 817-222-4367
 
E-Mail Address
Click here to email Morgan Finley
(morgan.finley@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this FAACO announcement is to request information necessary for the FAA to evaluate and select contractors that meet the FAA ™s minimum qualification requirements for this project. Those contractors that meet the FAA ™s minimum requirements will be placed on the prequalified contractors list for this project. The Request for Proposal (RFP) will be issued to those prequalified contractors on, or around, mid-August 2017. Electronic specifications and drawings will be issued to the prequalified contractors with the RFP. Contract award is anticipated to be made by mid-November 2017. The FAA is seeking competent and qualified general contractors to perform a variety of modernization elements at the East, West and Center air traffic control towers (ATCT) at DFW International Airport in DFW, Texas. Work will include, but not be limited to the following: 1. At the Center ATCT, replace the existing air conditioning equipment, suspended ceiling and associated equipment for AHU-1 (tower cab) and AHU-2 (tower junction level). This work does included corresponding demolition which includes, but is not limited to, removal of AHU-1, AHU-2 and cab exhaust fan. New work includes, but is not limited to, installation of three (3) new 8-ton chilled water air handling units, chilled supply/return branch piping, valves and piping accessories, pipe insulation and jacketing, related electrical and control equipment. Work also includes replacement/installation of LED lights in the mechanical room. This work will require two shifts with a site supervisor providing supervision for each shift. 2. At the East, West and Center ATCTs, water-proof and seal the exterior surface of all concrete components, prime and paint all the insulated metal panels, replace all exterior doors and door hardware, paint all new doors and existing door frames, reseal all concrete flooring at the junction-level catwalk and cab-level catwalk, install sliding doors and window system with all necessary hardware. 3. At the East and West ATCT, replace and/or refurbish all areas impacted by water damage which includes, but is not limited to, replace water damaged drywall, fire-rated ceiling tiles and suspension system, replace missing fire-proofing on structural steel with approved spray-applied fire resistant material, install sprinkler pipe support hangers, replacement sprinkler control valves, clean and repaint sprinkler pipe, replace panels EHPT1 and NHPT1, LED lighting and provide and install a circuit for heat trace. The contractor will be required to provide all labor, materials, supplies, equipment (except Government furnished) and supervision to perform this work in accordance with the statement of work and with all local, state, and federal laws. This is not a Request for Proposal (RFP) and proposals are not being accepted from this FAACO announcement. The work is at critical facilities that must remain operational 24 hours a day, 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues to ensure uninterrupted operations. All work shall be in accordance with the plans and specifications. 1. This project is set-aside for Small Business Concerns to all General Contractors. 2. The North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction contractors. The small business size standard is $36.5 million. 3. The project magnitude is between $1,000,000 and $5,000,000. 4. The estimated total period of performance is approximately 33 months after receipt of the Notice to Proceed (NTP). It is anticipated that the NTP will be issued no later than mid-January 2018. Please refer to Attachment No. 3 “ DFW Project Potential Schedule (DRAFT “ For Planning Purposes Only). This document is for planning purposes only and will not take the place of a contractor-submitted construction schedule. 5. A single pre-proposal site visit will be held. The date, time, location, and point of contact will be provided with the solicitation package. 6. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 7. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. Using Attachment No. 1 “ Past Performance Questionnaire, provide THREE past or current facility modernization projects at level 8 (See Attachment No. 4 for listing) or above air traffic control towers or other similar projects of comparable complexity and required coordination. Projects submitted must be between $400,000 and $5,000,000 and be of a similar scope to this project. Scope is described above. Similar work must include FAA Centers or Towers or other life-critical facilities. Work on military installations will not be accepted. Projects submitted must be either in process or within the last 10 years. Contractors shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). ALL THREE PAST PERFORMANCE QUESTIONNAIRES MUST BE COMPLETED AND SUBMITTED DIRECTLY TO THE CONTRACTING OFFICER BY THE REFERENCE LISTED ON THE QUESTIONNAIRE ON OR BEFORE THE CLOSING DATE OF THIS FACCO ANNOUNCEMENT. Only past performance scores of 2 (Good) or higher in all rating categories will meet the FAA ™s minimum qualification requirements for this project. b. Complete and return Attachment No. 2 - Security Notice to Prospective Offerors. The information provided will also be used as part of the responsibility determination. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Requests must be emailed to morgan.finley@faa.gov no later than Friday, July 21, 2017 at 5:00pm CST. Please place śAttention: DFW Consolidated ATCT Modernization ť in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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/27731 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/27656/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment No. 2 - Security Notice to Prospective Offerors (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80038)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80038

 
File Name: Attachment No. 1 - Past Performance Questionnaire (doc) (https://faaco.faa.gov/index.cfm/attachment/download/80039)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80039

 
File Name: Attachment No. 4 - ATCT-TRACON Reference Data 2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80042)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80042

 
File Name: Attachment No. 3 - DFW Project Potential Schedule (DRAFT - For Planning Purposes Only) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/80040)
Link: https://faaco.faa.gov/index.cfm/attachment/download/80040

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04578812-W 20170715/170713235809-3603eb42b80c0e6c2de57d28bf2b810f (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.