Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

H -- ***** Amendment 0002 Water Chemical Treatment and Fuel Treatment Services at Federal Aviation Administration (FAA) facilities located at Jacksonville Air Traffic Control Center, Hilliard, FL*****

Notice Date
9/20/2021 9:59:39 AM
 
Notice Type
Solicitation
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-21-R-00396
 
Response Due
9/21/2021 2:00:00 PM
 
Archive Date
10/31/2021
 
Point of Contact
Regina Singleton, Phone: 4043055790
 
E-Mail Address
regina.singleton@faa.gov
(regina.singleton@faa.gov)
 
Description
This Amendment 0002 is being executed to�publish�the final draft of the Solicitation document. The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ- 580 ATL, College Park, Georgia has a requirement for�Process�Water Chemical Treatment and Fuel Treatment Services at� Federal Aviation Administration (FAA) facilities located at �the Jacksonville Air Traffic Control Center, Hilliard, FL, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors .����������������������� �PERIOD OF PERFORMANCE: The performance period for this contract will be for a one (1) base year with four (4) option years with a targeted start date of October 1, 2021.� For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 221310- Facilities Support Water Chemical Treatment and Fuel Treatment Services and the small business size standard is $30 million average annual receipts over the past 3 fiscal years. � This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using a tiered order of precedence.� First tier 8(a) Socially, Economically, and Disadvantaged Businesses (SEDB) and Service Disabled Veteran Owned Small Businesses (SDVOSB); Second tier Small Businesses; and Third tier Other than Small Businesses as described in Part IV � Section M, Evaluation Factors for Award. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation.� SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Important- In an effort to mitigate COVID-19 Visitors must wear masks or coverings while indoors within the FAA facility.� This is required at all entrance gateposts and when moving about in common areas, including cafeterias, restrooms, elevators and stairwells.� All face coverings must adhere to the following:� cover the nose and mouth; fit snugly but comfortably against the side of the face; be secured with ties or ear loops; allow for breathing without restriction; include multiple layers of fabric. Offerors are urged and expected to inspect Site Conditions to gain a thorough understanding of the Site where Services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the Site�constitute grounds for a dispute after contract award. Therefore a Site Visit has been scheduled for 9 September at 9am EDT -local time. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit to the Jacksonville Air Traffic Control Center, Hilliard, FL see the POC info below: POC Name: Gordon Hobbs; Email: gordon.hobbs@faa.gov;��Address: FAA Jacksonville ARTCC,�37075 Aviation�Lane, Hilliard, FL 32046-6484; Telephone: 904-845-1680��� Alternate POC:�William Bielling;�Email: william.bielling@faa.gov;�Address: FAA Jacksonville ARTCC,�37075 Aviation�Lane, Hilliard, FL 32046-6484; Telephone: 904-845-1746/904-415-7520�� Information provided at the Site Visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.�� � Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). Proposal due date: 21 September 2021-�� NLT 5:00 PM Eastern Daylight Time Submissions must be submitted via electronic email copy only. Proposals can be submitted via email to regina.singleton@faa.gov. � Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Please refer all questions in �writing� only to regina.singleton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 14 September 2021 by 5:00 PM Eastern Daylight Time. Responses to questions will not necessarily change the date proposals are to be received.� Offerors must submit all questions and comments via E-Mail to regina.singleton@faa.gov, questions submitted via phone call will not be answered.� The FAA will respond publicly in writing within three (3) business days on the SAM.beta website to all potential Offerors.� Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.� 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea895296fb334455b1ba1ccaf3d3b107/view)
 
Place of Performance
Address: Hilliard, FL 32046, USA
Zip Code: 32046
Country: USA
 
Record
SN06138238-F 20210922/210920230115 (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  © 1994-2020, Loren Data Corp.