Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
DOCUMENT

Y -- Establish Precision Approach Path Indicator (PAPI) for runway 10 and 28 at Hartsfield-Jackson International Airport, Atlanta, GA. - Attachment

Notice Date
8/30/2017
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-560 EN - Eastern Logistics Service Area (Eastern)
 
Solicitation Number
DTFASA-17-R-00784
 
Response Due
9/7/2017
 
Archive Date
9/7/2017
 
Point of Contact
Michael Hollis, michael.hollis@faa.gov, Phone: 404-305-5298
 
E-Mail Address
Click here to email Michael Hollis
(michael.hollis@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to add the following documentation and proposal due date remains as 09/07/201, 1400 EDT: 1. Addendum_Amend01Rev1 2. Drawings ATL-D-148940-E101 3. Drawings Amend 01 4. Site Visit Attendees List 5. Questions and Answers *************************************************************** The Federal Aviation Administration (FAA), AAQ-560 NAVAIDS & Communications Construction Branch Regional Acquisitions, College Park, Georgia has a requirement to establish Precision Approach Path Indicator (PAPI) for runway 10 and 28 at Hartsfield-Jackson International Airport, Atlanta, GA. This requirement is a Total Small Business Set-aside for all eligible small business concerns. This is a negotiated procurement that will result in a firm-fixed-price contract to a single contractor. Performance time for the entire project is 120 calendar days from Notice to Proceed (NTP). To view the solicitation and applicable attachments for this procurement, please visit: http://faaco.faa.gov/index.cfm, Select "Current Announcements" and then select "Southern Region." All interested sources should first attempt to download the attached RFP document(s). If downloading is not possible, all requests for copies of the document(s) must be made in writing to the attention of Michael Hollis, Contracting Officer, via e-mail at Michael.Hollis@faa.gov. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM SIZE STANDARDS (NAICS) 237130, Power and Communication Line and Related Structures Contractors. The small business size standard is: Annual average receipts for the firms last three fiscal years can't exceed $36.5 Million. The FAA, as the Federal Government, is tax exempt. The awarded contractor will be responsible for any/all local, state, and/or federal taxes. IN ORDER TO DO BUSINESS WITH THE FEDERAL GOVERNMENT YOU MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). SEE CLAUSE 3.3.1-33, SYSTEM FOR AWARD MANAGEMENT (AUGUST 2012). TO BE CONSIDERED FOR AWARD OF THIS PROJECT, THE CONTRACTOR MUST BE CURRENTLY REGISTERED IN SAM (WEBSITE: WWW.SAM.GOV). Site Visit: A site visit has been scheduled for August 25, 2017 at 10AM EDT at the Atlanta Air Traffic Control Tower (ATCT). The address for the ATCT is 1106 MH Jackson Service Road, Atlanta, GA 30354. All Offerors are highly encouraged to attend. Due to security requirements, all attendees must have a valid photo ID, i.e. state driver ™s license. ALL prospective attendees must submit a list of attendees to Nacho.Brantley@faa.gov and Michael.Hollis@faa.gov at least 48 hours in advance. All Requests for Information (RFI) must be emailed to the Contracting Officer (Michael.Hollis@faa.gov) no later than August 30, 2017 at 2:00 PM Eastern Daylight Time (EDT). The proposal can be emailed to the Contracting Officer (Michael.Hollis@faa.gov) of if mailed it must be sealed and labeled as follows: RFP # DTFASA-17-R-00784. Proposals are due no later than Thursday, September 07, 2017 at 2:00 PM EDT. Hand delivered offers cannot be accepted. Proposals can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: Federal Aviation Administration Eastern Logistics Service Area Attn: Michael Hollis, AAQ-560 1701 Columbia Avenue College Park Georgia. 30337 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. 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. Magnitude of Construction Projects: The total estimated contract value is between $250,000 and $500,000. 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. 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/28150 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/ER/DTFASA-17-R-00784/listing.html)
 
Document(s)
Attachment
 
File Name: Past Performance Questionnaire (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81931)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81931

 
File Name: Wage Determination (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81932)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81932

 
File Name: Amendment 0001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81938)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81938

 
File Name: 16 Sir DTFASA-17-R-00784 Rev1_Rwy ATL - 16Aug17 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81937)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81937

 
File Name: Statement of Work (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81934)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81934

 
File Name: Specifications (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81933)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81933

 
File Name: 3f Drawings_RWY ATL (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81936)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81936

 
File Name: Schedule of Values (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/81935)
Link: https://faaco.faa.gov/index.cfm/attachment/download/81935

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04653489-W 20170901/170830231635-25f63f574a753cc3a925630bf1bb4f0e (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.