Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOURCES SOUGHT

99 -- HALON FIRE PROTECTION REPLACEMENT PROJECT, CONTROL WING BASEMENT AT THE OAKLAND AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC), FREMONT, CA

Notice Date
7/11/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-55 Western Pacific Region (AWP)
 
ZIP Code
90009
 
Solicitation Number
DTFA08-02-R-01194
 
Response Due
7/25/2002
 
Point of Contact
Barbara A. Bennett, (310) 725-7548
 
E-Mail Address
barbara.bennett@faa.gov
(barbara.bennett@faa.gov)
 
Description
In accordance with the Federal Administration Acquisition Management System (FAAAMS), the FAA Western-Pacific Region hereby publicly announces that it has a requirement to renovate a portion of the fire protection system at the Oakland ARTCC. The North American Industry Classification System number for this project is 234990, Heavy Construction. The estimated price range for this acquisition is between $150,000.00 to $350,000.00. The Screening Information Request (SIR) is the evaluation criteria to be used by FAA to evaluate offeror submittals. Screening decisions will be based on the evaluation criteria established in the SIR. The purpose of the SIR is to obtain information which will allow the FAA to identify the offeror which provides the best value, make a selection decision and award the contract to conclude the competitive process. The scope of work includes: design, furnish, install, inspect and test a complete on/off fire sprinkling system in the Control Wing Basement Electronic Equipment areas. The on/off sprinkler system shall be a cycling single interlocked preaction system configured for automatic actuation and shutdown with an adjustable soak timer. The existing Halon system will be demolished once the new system is operational. The new fire protection system will encompass 6000 to 9000 square feet. The work area is located inside a 24 hour operational facility that supports personnel and equipment for air traffic control services. Construction activities must continually protect the facility’s workforce and equipment. Operational loss for any amount of time will jeopardize the safety of the flying public. The FAA considers this project to be complex in nature. Firms must demonstrate their qualifications with respect to the published evaluation factors. The evaluation factors are listed in descending order of importance. Specific evaluation factors include: (A) Specialized Experience of Firm. Rating Factor: 30 Firm shall submit evidence verifying the company has a minimum of three years of successful, comparatively sized building/ renovation experience working in the State of California. Provide a detailed review of at least three projects accomplished recently of successful building /renovation projects working in occupied environments, such as in hospitals, communication or computer centers. A detailed review of the firm’s subcontractors shall also be submitted. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented, how objectives were met, how coordination with the owner was implemented and protective measures implemented to protect facility personnel and equipment. (B) Capability and Capacity of Firm to Accomplish the Work. Rating Factor: 25 Firms and its intended key subcontractors (Fire Protection) shall submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member presently employed by the company who will be devoting all or a majority of their time to this project. Resumes should include name, educational background, present position or title, type of experience by years and any other information in sufficient detail to facilitate evaluation of their managerial, administrative, and technical competence. For executive/supervisory personnel a minimum of three years of direct executive or supervisory control of an organization is needed. Special emphasis should be placed on experience with building projects within occupied, operational facilities. Experience with government construction projects, hospitals, computer and communication facilities should also be emphasized. Firms shall provide relevant recent experience and the technical knowledge of their project personnel and outside consultants, current workloads, total number of on-going projects, their construction value or fee and their percentage of completion. (C) Past performance. Rating Factor: 20 Firms and its intended key subcontractors (Fire Protection) shall provide information on their past performance on construction contracts for the Department of Transportation, Federal Aviation Administration, other government agencies, and/or private industry that are on-going or completed within the last five (5) years. Descriptions shall include original contract award amount, original contract completion amount, final contract amount, actual completion date. Describe contract performance in terms of cost control; quality of work; accuracy of construction cost estimates; the number, dollar amount and reasons for construction change orders. A minimum of two references shall be provided for each contract referenced. (D) Organizational Structure. Rating Factor: 15 Information necessary to determine the organizational structure of the firm. (E) Financial Capacity. Rating Factor: 10 Firms and its intended key subcontractors shall provide net worth, banking references and credit references. Persons authorized by the firm to sign offers and contract documents. A REQUEST FOR OFFER (RFO) WILL BE ISSUED ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS PROCUREMENT. Offerors should forward their submittal document package to Federal Aviation Administration, Barbara Bennett, FAA Contracting Officer, utilizing 1 of 2 methods: for federal express use AWP-55, 15000 Aviation Blvd., Lawndale, California, 90261; for regular mail use AWP-55, P. O. Box 92007, Los Angeles, CA 90009-2007. Phone number is (310) 725-7548. All submittal documents must be received at the designated office no later than 7/25/02. Delivery Period: 90 Calendar Days NAICS: 234990 Dollar Range: $150,000 to $350,000. Issue date: 8/26/02
 
Web Link
FAA Contract Opportunities
(http://www.eps.gov/spg/DOT/FAA/WPR/DTFA08-02-R-01194/listing.html)
 
Record
SN00115032-F 20020713/020711215958 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.