|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612FAA William J. Hughes Technical Center, Logistics Branch, ACT-130A,
Atlantic City International Airport, NJ 08405 Z -- PUBLIC ANNOUNCEMENT - MODIFICATIONS TO THE AVIATION SECURITY
EXPLOSIVES STORAGE FACILITY SOL DTFA03-96-R-00025 POC Linda Cassone,
Contract Specialist, ACT-130A, (609)485-6128. 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 procedure driven
requirements and mandates of the Federal Acquisition Regulation (the
''FAR'') and the Transportation Acquisition Regulation (the ''TAR'').
Accordingly, this 100% small business set- aside requirement for
Modifications to the Aviation Security Explosives Storage Facility will
be conducted pursuant to the new FAA acquisition management system. The
proposed procurement will provide all materials, equipment and labor
for the provision of additions to the explosives storage area at the
Aviation Security Laboratory, located on the William J. Hughes
Technical Center, Atlantic City International Airport, New Jersey
08405. In general, the work consists of clearing and grubbing, grading,
excavation, formwork, concrete reinforcement, cast-in-place concrete
foundations and walls, backfill, compaction, chain link fencing and
gates, placement of crushed stone, site lighting, and incidental
related work. Standard Industrial Code (SIC) 1771. The tentative issue
date for this solicitation is 06/17/96, with a closing date for offers
on 07/17/96. THERE WILL BE NO PUBLIC BID OPENING. The performance
period shall be 140 calendar days after receipt of the notice to
proceed. Potential offerors shall request plans and specifications in
writing and reference DTFA03-96-R-00025, Attn: Linda A. Cassone,
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 07/02/96 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 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 $500,000.00 and $1M. (0158) Loren Data Corp. http://www.ld.com (SYN# 0141 19960607\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|