Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

Z -- CONSTRUCTION: Headquarters Building Lobby Remodel at the Mike Monroney Aeronautical Center, Oklahoma City, OK

Notice Date
7/20/2020 9:55:05 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-00140
 
Response Due
8/14/2020 12:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Stephanie Riddle, Phone: 4059547805
 
E-Mail Address
stephanie.riddle@faa.gov
(stephanie.riddle@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
07/20/20:� The purpose of Amendment 0001 is to move F.1, F.2, F.3, F.4 from Section E to Section F and to correct Section L.3 (e). The Federal Aviation Administration has a requirement for the Headquarters Building (HQB) Lobby Remodel at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK.� All work shall be accomplished in accordance to the project specifications and drawings. Base Bid - Provide all labor and material to replace the interior finishes of the Headquarters Building - 001-HQB.� Base Bid includes new finishes for the 1st Floor Lobby and Main Corridor area to the Einstein Bros. Bagels (EEB) area. Option 1 - Provide new flooring, seating, curtains, & wall panels in the Auditorium. Option 2 - Provide new finishes for the floor, walls, ceilings throughout the other corridors on the 1st, 2nd, & 3rd floors of the HQB. 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 solicitation. Your attention is directed to Sections L and M of SIR/RFO 6973GH-20-R-00140 for instructions and preparation and submission of proposals.� The SIR includes an evaluation of past performance.�Surveys received after the established due date may not be evaluated. This requirement is 100% set-aside for competition among small businesses.� The NAICS code applicable to this requirement is 236220 Commerical and Institutional Building Construction.� The business size standards for this NAICS is $39.5 million. A pre-proposal teleconference, will be held on Tuesday, July 28, 2020 at 9:00 a.m. A teleconference number will be set up. Please advise the Contracting Officer (Stephanie Riddle, stephanie.riddle@faa.gov) in writing of your intent to attend by 5:00 p.m., July 24, 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 teleconference information to those who respond no later than noon on July 27, 2020. A Site Visit will be held on Thursday, July 30, 2020 starting at 9:00 a.m. 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 Headquarters 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�Headquarters Building. Due to COVID-19 pandemic, potential offerors are limited to one attendee ONLY at the site visit. Please advise the Contracting Officer (Stephanie Riddle, stephanie.riddle@faa.gov) in writing of your intent to attend by 5:00 pm, July 28, 2020. Telephone requests will NOT count as notification of attendance. Your request should include the name of the attendee, title of the attendee, name of company and contact information to include phone number and email address. It is very important that potential�offerors notify the Contracting Officer of your intent to attend the pre-proposal conference and site visit. It may be necessary to conduct the site visits in shifts; therefore, it is important that potential offerors notify the Contracting Officer of your intent to attend the site visit as previously stated in this paragraph. DO NOT ASSUME THAT YOU CAN SHOW UP FOR THE SITE VISIT UNLESS YOU HAVE NOTIFIED THE CONTRACTING OFFICER IN ADVANCE PER THE REQUIREMENTS STATED IN THIS PARAGRAPH. ALL QUESTIONS REGARDING THE PROJECT/SPECIFICATIONS/PLANS MUST BE RECEIVED IN WRITING (STEPHANIE.RIDDLE@FAA.GOV) NO LATER THAN 2:00 PM CT ON AUGUST 4, 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 (August 14, 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, August 14, 2020.� A copy of the Proposal Guarantee will be provided electronically with the proposal.� In accordance 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 follows: SIR/RFO No. 6973GH-20-R-00140; due 2:00 p.m. CT, August 14, 2020. Any responses received after 2:00 p.m. CT, August 14, 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 techniques, a public bid opening will not be held. 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, 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 woman-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/ae220804024c441f8601f66f3b317761/view)
 
Place of Performance
Address: Oklahoma City, OK 73125, USA
Zip Code: 73125
Country: USA
 
Record
SN05726360-F 20200722/200720230148 (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.