Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Z -- CONSTRUCTION: ARB Restroom Renovation at the Mike Monroney Aeronautical Center, Oklahoma City, OK

Notice Date
5/14/2020 10:26:24 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-20-R-00087
 
Response Due
5/19/2020 12:00:00 PM
 
Archive Date
06/03/2020
 
Point of Contact
Stephanie Riddle, Phone: 4059547805
 
E-Mail Address
stephanie.riddle@faa.gov
(stephanie.riddle@faa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
05/14/2020:� The purpose of Amendment 0007 is to add Attachment 13 Revision 4 Questions and Answers. 05/13/2020:� The purpose of Amendment 0006 is to add Attachment 13 Revision 3 Questions and Answers. 05/12/2020:� The purpose of Amendment 0005 is to add clause 3.2.2.8-5 Liquidated Damages - Construction (October 2019), add Attachment 13 Revision 2 Questions and Answers, add Attachment A - Pictures, add Attachment B - Arch Drawings, add Attachment�C - Plumbing Piping Insulation, and add�Attachment D - 015900. 05/07/2020:� Pre-Proposal Teleconference Attendee List has been added to the list of attachments but will not be physically included in any resultant contract.� The purpose of Amendment 0004 is to revise Attachment 11 Past Performance Survey,�Section L.3 (i) and (j)�Instructions for Preparation and Submission of Proposals, revise Section M.5 Evaluation Factors (2) Factor 2: Past Performance Surveys, and extend the proposal due date. � 05/01/2020:� The purpose of Amendment 0003 is to revise Attachment 11 Past Performancey Survey. 04/28/2020: The purpose of Amendment 0002 is to revise Section L.1 Submission of Questions Prior to Proposal, add AMP-400 Construction Safety Poster attachment, add MMAC EOSH Policy attachment, and revise Questions and Answers attachment. 04/27/2020: The purpose of Amendment 0001 is to add clause 3.13-16 Records Management, revise Section L.5 Pre-Proposal Conference and Site Visit, and add Questions and Answers attachment. The Federal Aviation Administration has a requirement for Aviation Records Building (ARB) Restroom Renovation at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.� All work shall be accomplished in accordance to the project specifications and drawings. This project is for the ARB Restroom Renovation which will include: Base Bid - Construction for the renovation of the restrooms on all four (4) floors of the ARB building to bring the restrooms to ADA code compliance including new fixtures and finishes. Option 1 - Wall Paneling - Provide and install new wall paneling at designated corridor walls. Option 2 - Wall Paneling - Provide and install new wall paneling at�additional designated corridor walls. Option 3 - Demolish ceiling tiles and grid system, HVAC diffusers, light fixtures and temporarily remove ceiling mounted fire and safety fixtures at designated basement corridors.� Provide new ceiling panels and grid system with new HVAC diffussers. Option 4 - Provide an 8 foot diameter epoxy terrazzo floor logo (compass rose with aircraft linework) within the approximate 8-foot by 8-foot first floor corridor central area. Option 5 - Provide a floor applied logo (compass rose with aircraft image) within the 8-foot x 8-foot first floor corridor central area. The estimated price range for this project is $1,000,000 to $4,000,000. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitiation. Your attention is directed to Sections L and M of SIR/RFO 6973GH-20-R-00087 for instructions and preparation and submission of proposals.� The SIR includes an evaluation of past performance.� Offerors are required to provide Past Performance Surveys to customers/contractos 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.� Offerors will complete Page 1 and 2, Section A of the Past Performance Surveys and then provide the surveys to their customers, who will in turn complete and return the surveys directly to the Contracting Officer by the due date specified on the surveys.� Surveys received after the established due date may not be evaluated. This requirement is 100% set-aside for competition among 8(a) businesses.� The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction.� The business size standards for this NAICS is $39.5 million. A pre-proposal teleconference will be held on April 29, 2020 at 9:00 a.m. CT.� A teleconference number will be set up.��All�prospective attendees should contact Stephanie Riddle, Contracting Officer,�stephanie.riddle@faa.gov in writing of your intent to attend by 5:00 p.m., April 27, 2020.� Telephone requests will NOT count as notification of attendance.��Your request should include the name of attendee, title of attendee, name of company, and contact information to include phone number and email address.� The Contracting Officer will send out the meeting number no later than April 28, 2020.� There will be a day (to be determined) for small groups to visit the site.� Site visit instructions will be provided during the pre-proposal conference.� Attendees for the site visit 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.� Service trucks will need to enter through the Commercial�Entrance on SW 74th Street.� NOTE:� During the site visit, the FAA will not be providing transportation to the Aviation Records Building in order for potential offerors to view the worksite; therefore, offerors will be required to register their vehicles and provide documentation in order to travel to the Aviation Records Building.� Due to COVID-19 pandemic, potential offerors are limited to one attendee ONLY at the site visit.� It is very important that potential offerors notify the Contracting Officer of your intent to attend the pre-proposal conference and site visit. ALL QUESTIONS REGARDING THE PROJECT/SPECIFICATIONS/PLANS MUST BE RECEIVED IN WRITING (STEPHANIE.RIDDLE@FAA.GOV) NO LATER THAN 2:00 P.M. CT ON APRIL 24, 2020, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO THE DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (May 12, 2020).� 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, stephanie.riddle@faa.gov, no later than 2:00 p.m. CT, May 12, 2020.� A copy of the Proposal Guarantee will be provided electronically with the proposal.� In accorance with Section I, Clause 3.4.1-1 Proposal Guarantee, an original, signed Proposal Guarantee shall be submitted by the due date and time for receipt of proposals to the following address: FAA Customer Service Desk (AAQ-700) Room 233A, Academy Headquarters Building 6500 South MacArthur Boulevard (Zip 73169) P.O. Box 25082 Oklahoma City, OK 73125-4933 Proposal Guarantees must be labeled as follws: SIR/RFO No. 6973GH-20-R-00087; due 2:00 p.m. CT, May 12, 2020. All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CT, May 12, 2020, will 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. As the FAA does not utilize sealed bidding contracting technicques, a public bid opening will not be held.� 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 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, Stephanie Riddle, stephanie.riddle@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.""
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91752e5a7d6e45f0885f4cddb7ed86fe/view)
 
Place of Performance
Address: Oklahoma City, OK 73169, USA
Zip Code: 73169
Country: USA
 
Record
SN05657672-F 20200516/200514230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.