Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2024 SAM #8178
SOLICITATION NOTICE

Z -- Chiller Parts Replacement and Installation

Notice Date
4/16/2024 2:10:12 PM
 
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-24-R-00067
 
Response Due
4/22/2024 3:00:00 PM
 
Archive Date
05/07/2024
 
Point of Contact
Samantha Pearce, Phone: 4059547739
 
E-Mail Address
samantha.a.pearce@faa.gov
(samantha.a.pearce@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 dated 04/16/2024 See formal SF30 Amendment titled ""6973GH-22-R-00046 Amendment 0001"" in�the attachments/links section. This amendment makes changes to the solicitation as�detailed on page 1 of the amendment which states: The purpose of this Amendment is to extend the due date of the solicitation from 04/16/2024 to 04/22/2024. All other terms and conditions remain unchanged and in full force and effect.� All offerors are required to acknowledge amendment 0001�on page 2 of the SIR or provide a signed copy of the amendment (SF30) with their bid submission. If this amendment is not acknowledged or signed, the bid will be considered non-responsive. Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ The Federal Aviation Administration (FAA) has a requirement for replacement and installation of Chiller Parts in various locations in Texas. It is anticipated that a stand-alone contract with Firm Fixed-Price pricing arrangement will be awarded as a result of this solicitation. The NAICS code applicable to this requirement is 236220. The business size standard for this NAICS is $45.0M. Contractors must be registered with the System for Award Management (SAM,) www.sam.gov on the date established for receipt of offers. 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."" The FAA reserves the right to review and verify each offerors program eligibility. 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 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. This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible for associated reporting requirements on a quarterly basis and prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law � Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled �Uniform Bipartisan Infrastructure Law (BIL) Data Report� are available in the attachments of this announcement. All questions regarding the project/specifications/plans must be received in writing (Samantha.A.Pearce@faa.gov) no later than 3:00 p.m. CT, 1 week prior to the closing date to allow for responses to be provided prior to due date for receipt of proposals. Per 3.2.2.3-63 SITE VISIT (CONSTRUCTION)(JUL 2004), site visit information is below:� - 02 April 2024 at 1100 CST at DFWB - FAA West ATCT, 1606 West 21st Street, DFW Airport, TX 75261 (will travel to FAA East ATCT (DFWA) after initial site visit) � �POC: Calvin Dopson - 214-668-4318 - 03 April 2024 at 0800 CST at IAH ATCT TOWB, 4215 Will Clayton Parkway, Houston, TX 77032 � �POC: Mike Nelson(primary) - 832-279-4150 or Mark Spahr (secondary) - 281-253-6414 - 03 April 2024 at 1400 CST at AUS ATCT TOWB, 10102 Aircraft Ln, Austin, TX 78719 � �POC: Scott Fries - 512-695-0281 Provide the name(s) of attendees to the Contracting Officer three (3) days prior to Site Visit. Attendees are required to perform a self-wellness check prior to arriving and social distance while on-site when possible.� Any responses received after the time specified may 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5b0e34f502c411882acbbf90b426005/view)
 
Place of Performance
Address: Houston, TX, USA
Country: USA
 
Record
SN07031962-F 20240418/240416230049 (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.