Loren Data Corp.

'

 
 

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

FAA 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