SOURCES SOUGHT
Y -- Market Survey for FAA Mentor-Prot�g� Agreement or Small Business Administration (SBA) Mentor - Prot�g� Agreement with a Socially Disadvantaged Business (SDB) to construction the Environmental Addition Project at the FAA Washington Air Route Traffic Control
- Notice Date
- 7/31/2023 11:55:14 AM
- Notice Type
- Sources Sought
- Contracting Office
- 6913G4 NEW ENGLAND REGION BURLINGTON MA 01803 USA
- ZIP Code
- 01803
- Solicitation Number
- 697DCK-23-R-MP002
- Response Due
- 8/15/2023 2:00:00 PM
- Archive Date
- 08/30/2023
- Point of Contact
- Sue Newcomb, Phone: 7812387659
- E-Mail Address
-
susan.newcomb@faa.gov
(susan.newcomb@faa.gov)
- Description
- Market Survey:� The FAA is seeking interested Contractors that currently hold or could obtain an approved FAA Mentor-Prot�g� Agreement or Small Business Administration (SBA) Mentor � Prot�g� Agreement with a Socially Disadvantage Business (SDB) and are capable of performing the construction for the Environmental Wing Addition project at the FAA Washington Air Route Traffic Control Center (ARTCC ZDC), 825 E Market St, Leesburg, VA 20176.� The project will be funded under the Bipartisan Infrastructure Law (BIL). Introduction: The Federal Aviation Administration (FAA) is seeking interested sources under the FAA and/or SBA Mentor Prot�g� Program that are capable of performing the work to construct the Environmental Wing Addition project located at the Washington Air Route Traffic Control Center (ARTCC) Environmental Wing Addition Project, located at�825 E Market St, Leesburg, VA 20176 . This market survey is issued, in accordance with FAA Acquisition Management System (AMS) paragraph, 3.2.1.2.1 to solicit statements of interest and capabilities.� In order to assist with acquisition strategy development and to gain a better understanding of the commercial marketplace, Contractors that do not currently have an active Mentor Prot�g� Agreement but are in the process of obtaining an agreement with a SDB contractor are encouraged to respond to this announcement. Disclaimer:�The announcement is NOT A SCREENING INFORMATION REQUEST (SIR) OR REQUEST FOR PROPOSAL (RFP). The FAA is not seeking or accepting unsolicited proposals. The responses to this market survey will be used for informational purposes only and must not be construed as a commitment or a promise to contract by the Government. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for these announcements and will not reimburse any firm for costs incurred in responding to this public announcement. Responses will not be returned. � � �2.� � �North American Industry Classification (NAICS) Code:� The NAICS code projected for this project is 236220 Commercial and Institutional Building Construction with a size standard of $45 million. � � �3.�Submittal Requirement for Market Survey: a. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract). b. Indicate if you have a current Mentor-Prot�g� Agreement approved by the FAA or Small Business Administration or indicate where you are in the process of establishing one.If you are not currently in the process but have a relationship with another company and can form one to perform this work, please indicate that also. c. Provide the name of the company associated with your Mentor-Prot�g� Agreement d.� Address of both the Prime and Mentor-Protege Contractor e. Point of Contact name, e-mail address and telephone number f. Business Size status of the Prime and Mentor: Large, 8(a) Certified, SDB, Small Business, etc. g. UEI Number h. Relevant experience on projects of similar size and complexity performed at critical facilities (i.e. Air Traffic Facilities, Airports, Hospitals, data centers etc.). i. Bonding Capacity j. Number of years in Business for both the Prime and Mentor-Prot�g� � � 4.�Summary of Work:� a. Construct a two-story, steel frame structure on concrete, drilled pier foundation system addition to the existing ARTCC building. The Addition's First Floor will be a concrete slab, the Second Floor slab will be a 6-inch concrete composite slab on metal deck, and the roof structure will be a metal deck diaphragm supported on open-web steel joists and wide-flange steel beams. The Addition will be located to the west of the existing ARTCC, between the ARTCC and the adjacent existing Power Services Building (PSB). The Addition will be connected to portions of the existing ARTCC's northwest comer and will be separated from the existing ARTCC by an expansion joint. Hazardous materials including asbestos and lead paint will be encountered in areas of the existing ARTCC disturbed by demolition and construction to accommodate the Addition. b. An elevated enclosure between the Addition and the adjacent PSB will contain ductwork from new mechanical equipment in the Addition's Second Floor to serve the PSB. c. The existing ARTCC's Loading Dock will be relocated to accommodate the Addition and a new permanent Loading Dock will be provided. The site's fire loop and access road will be reconfigured to accommodate the Addition. The exterior of the Addition will be comprised of areas of brick veneer to match that on the existing ARTCC as well as areas of modular storefront/curtainwall matching that on the existing ARTCC. The Addition's roof will be an insulated TPO system and the addition will be fully sprinklered. d. New Boilers, Chillers and Air Handling Units to serve the ARTCC's Control Wing and the adjacent PSB will be housed in the Addition along with associated distribution, controls, and utility support systems. e. The area of the site where the Addition will be located contains numerous existing underground utilities including electrical ductbanks and other utility distribution and service components. Prior to the start of any on-site demolition or construction activities, the locations of these underground features and utilities are to be confirmed. Temporary services will be provided so that the mission-critical operations of the ARTCC and site will not be impacted during the project. New underground utilities will be required. f. All areas of the facility will remain occupied and functional throughout the project. g. This summary does not cover all aspects of the work.� Reminder, the following is intended to apply to the resultant contract for this work, in accordance with AMS clause 3.6.1-7, section (b) (3) General construction, �The prime contractor or a similarly situated entity must perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees�. The work is at a critical facility that must remain operational 24 hours a day 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The work shall not discharge static electricity, damage, or interfere with other equipment at the facility, and shall not compromise security. The performance period for this contract will be 730 Calendar Days. Estimated cost is between $30 million- $50 million. � � 5.�Delivery of Submittals:�Submittals to this market survey shall be e-mailed to Susan Newcomb (Contracting Officer) at Susan.Newcomb@faa.gov no later than 5:00 p.m.EST�at� August 15, 2023. All questions must be in writing and emailed to the Contracting Officer.� No phone calls will be returned regarding this market survey � � 6.�SAM Registration An active registration in the System for Award Management (SAM) must be obtained to be considered for any Government award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b541ec7263e648cc924cecbea023c936/view)
- Place of Performance
- Address: Leesburg, VA 20176, USA
- Zip Code: 20176
- Country: USA
- Zip Code: 20176
- Record
- SN06770639-F 20230802/230731230051 (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 |