Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

Z -- This is a market is for Floor renovation at the Oakdale, PA Radar site, work includes steel floor plate repairs and epoxy floor covering. - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ721 ES - Eastern Logistics Service Area (Southern)
 
Solicitation Number
29565
 
Response Due
3/28/2018
 
Archive Date
3/28/2018
 
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 is for Floor renovation at the Oakdale, PA Radar site, work includes steel floor plate repairs and epoxy floor covering. 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. Steel plates shall be welded to their frames. Weld shall be welded around plate perimeter. Plate shall sit flush into the frame support, all welds must be grinded flush, in order to create flat walking surface. 2. Repair (1) plate that was previously cut. New steel matching existing thickness and quality will need to be welded to existing member. Dimensions approximately 6 x12 . 3. Replace tread textured steel plate, with flat steel cover to match dimensions. Weld to frame as described above. Dimensions approximately, 24 x24 . 4. Along walls, where conduit penetrates to 3rd floor, cut steel plate to cover areas blocked by plywood. Style to match similar members. COR will approve sketch before fabrication. Epoxy Coating 5. Install a Low-VOC epoxy floor coating on equipment room. 6. Follow product manufacturers ™ preparation instruction, for installation 7. Protect all existing equipment cabinets from epoxy floor paint. Electronic equipment must be protected from any dust, laitance, paint and cleaner materials, as well as water at all times during the contract. Electronic equipment will remain in operation for the duration of the contract and must be protected against contamination and water. Air intakes for electronic equipment cabinets must remain free and clear of all impedances which would prevent proper air flow and overheating of equipment. 8. Contractor will temporarily relocate identified cabinets and racks to the 3rd floor during epoxy coating process. Contractor will replace equipment after coating is completed. All electrical and communication connections will be completed by FAA personnel. 9. Apply coating within 2 inches of cabinet bases. Use tape to create neat and straight lines 10. Contractor must have odor and fume prevention plan submitted prior to beginning coating process. The principle North American Industry Classification System (NAICS) code for this effort is 238990 “All Other Specialty Trade 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 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 March 28, 2018. 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 #29565. 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/29565 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/29565/listing.html)
 
Document(s)
Attachment
 
File Name: SOW AND SPECS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/87600)
Link: https://faaco.faa.gov/index.cfm/attachment/download/87600

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04854492-W 20180316/180314231523-14101af127f034b0ec5f2884b1c4da7b (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.