Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
SOURCES SOUGHT

99 -- HALON FIRE PROTECTION REPLACEMENT PROJECT, CONTROL WING BASEMENT AT PALMDALE AIR ROUTE TRAFFIC CONTROL CENTER (ARTCC)

Notice Date
7/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-55 Western Pacific Region (AWP)
 
ZIP Code
00000
 
Solicitation Number
DTFA08-02-R-01199
 
Response Due
7/30/2002
 
Point of Contact
Etta C. Green, (310) 725-7562
 
E-Mail Address
Email your questions to etta.green@faa.gov
(etta.green@faa.gov)
 
Description
SIR DESCRIPTION: The Federal Aviation Administration has a requirement to renovate a portion of the fire protection system at the Air Route Traffic Control Center, Palmdale, California. The North American Industry Classification System (NAICS) code is 234990. The estimated price range for this acquisition is between $150,000.00 to $350,000.00. Screening Information Request (SIR) is the evaluation criteria used by FAA to evaluate offeror submittals. Screening decisions will be based on the evaluation criteria established in 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 fire sprinkling/alarm system in the Control Wing Basement Electronic Equipment areas. The on/off sprinkler system shall be a cycling single interlocked preaction type system configured for fully automatic actuation and shutdown with an adjustable soak timer. The system will be monitored by the facility?s existing Johnson Controls Fire Alarm System. The existing fire alarm system will be expanded by installing smoke detectors, pull stations, alarm horns and strobe lights. An air sampling smoke detection system will be installed and also monitored by the existing fire alarm system. 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 faci! lity?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 the Firm -- Rating Factor Points: 30 Firm shall submit detailed evidence verifying the company has a minimum of at least three projects accomplished recently which demonstrate successful accomplishment of comparatively sized building/renovation projects working in occupied environments, such as in hospitals/communication/computer centers/commerce building, primarily engaged in Halon fire alarm replacement. These reviews must illustrate the scope of the effort, its complexity, how schedules were implemented and how objectives were met (include time tables). Projects completed for the Federal Government or FAA in particular should be included, if any. (B) Capability and Capacity of Firm to Accomplish the Work -- Rating Factor Points: 25 Firm 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 qualification and administrative or technical competence. Special emphasis should be placed on experience with performing demolition work. Resumes of key individuals employed by subcontrators shall also be included. For executive/supervisory personnel a minimum of three years of direct executive or supervisory control of an organization is needed. Firm shall provide relevant recent experience and technical knowledge of project personnel and outside consultants. Firm shall provide current workload, total number of on-going projects, their construction value or fee and p! ercentage of completion. 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. (C) Past Performance -- Rating Factor Points: 20 Firm 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. Provide a recent copy of a performance report prepared by Dun & Bradstreet. (D) Organization Structure -- Rating Factor Points: 15 Information necessary to determine the organizational structure of the firm. (E) Financial Capacity/DCAA Audit (if any)-- Rating Factor Points: 10 Firms shall provide net worth, banking references and credit references. Person(s) authorized by the firm to sign offers and contract documents. A REQUEST FOR OFFER (RFO) SOLICITATION PACKAGE WILL BE ISSUED ONLY TO THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS PROCUREMENT. Offeror should forward their submittal document package addressed to Etta C. Green, Contracting Officer, AWP-55 at the following address Federal Aviation Administration, P.O. Box 92007, Los Angeles, CA 90009-2007. All submittal documents must be received at the designated office no later than close of business JULY 29, 2002. Dollar Range: $150,000 to $350,000 NAICS: 234990 Delivery Period: 90 Days
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00117399-W 20020718/020717061712 (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.