Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

Federal Aviation Administration William J. Hughes Technical Center, Logistics Branch, ACT-130A, Atlantic City International Airport, New

Z -- PUBLIC ANNOUNCEMENT - AVIATION SECURITY LABORATORY (BLDG. 315) HVAC MODIFICATIONS SOL DTFA03-96-B-00005 DUE 072396 POC Anne Marie Ternay, Contracting Officer, (609) 485-6990. On April 1, 1996, the new FAA acquisition management system went into effect pursuant to Section 348 of Public Law 104-50 (The 1996 DOT Appropriations Act). This new acquisition management system replaces the Federal Acquisition Regulation (the ''FAR'') and the Transportation Acquisition Regulation (the ''TAR''). Accordingly, this proposed procurement for the Aviation Security Laboratory (Bldg. 315) HVAC modification will be conducted pursuant to the new FAA acquisition management system. The proposed procurement includes the removal of one single package rooftop HVAC unit with provisions for the following: two new rooftop HVAC units, with associated ductwork and controls, fume hoods and related exhaust fans and controls, one natural gas fired emergency generator, new room finishes in the chemical and trace laboratories, an air lock, new light fixtures in the chemical and trace laboratories, HVAC controls for the work, one 750 KW outdoor substation, a second electrical feeder, and incidental related structural, roofing, masonry, and related work. Standard Industrial Code (SIC) 1623. The project site, the Aviation Security Laboratory - Building 315, is located at the FAA William J. Hughes Technical Center, Atlantic City International Airport, New Jersey. The issue date for this solicitation is 6/10/96, with a closing date for offers on 7/23/96. THERE WILL BE NO PUBLIC BID OPENING. The performance period shall be 270 calendar days after receipt of the notice to proceed. Potential offerors should request plans and specifications in writing and reference DTFA03-96-B-00005, Attn: Anne Marie Ternay, ACT-130A, and include their complete mailing address. Fax requests can be directed to (609) 485-6766. Offerors are required to attend a MANDATORY site visit on 6/25/96 to inspect the site where the work will be performed. Offerors are advised that this will be the only site visit scheduled, therefore, arrangements for individual visits will not be honored. The FAA will award a firm fixed price type contract resulting from this solicitation to the lowest, responsible offeror. To be determined responsible, an offeror must: 1) have adequate resources to perform the contract, or the ability to obtain them, 2) be able to comply with the required or proposed delivery or performance schedule, considering all existing business commitments, 3) have a satisfactory performance record, and 4) have a satisfactory record of integrity and business ethics. In addition, the offeror must submit the SF-1442, acknowledged amendment(s), if applicable, proposal guarantee (bid bond SF-24), business declaration certification, and other certifications and representations included in the solicitation. The Government may (1) reject any or all submittals if such action is in the public interest, (2) accept other than the lowest priced submittal, and (3) waive informalities and minor irregularities in offers received. The Government intends to evaluate submittals and award a contract, either on initial submittals without communications, or on initial or subsequent submittals with communications. In evaluating the submittals, the Government may conduct written or oral communications with any and/or all offerors. A submittal in response to this solicitation should contain the offeror's best terms from a cost or price standpoint. The estimated price range of this procurement is between $1M and $5M. Those responding previously to the Commerce Business Daily presolicitation notice published 1/30/96 are not required to resubmit. (0158)

Loren Data Corp. http://www.ld.com (SYN# 0140 19960607\Z-0004.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page