Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOURCES SOUGHT

99 -- A/E SERVICES FOR A NEW INTERMEDIATE ACTIVITY LEVEL AIRPORT TRA= FFIC CONTROL TOWER WITH ADMINISTRATIVE BASE BUILDING AT LONG ISLAND MACARTH= UR AIRPORT, RONKONKOMA, NEW YORK

Notice Date
7/15/2003
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55 Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-03-R-00960
 
Response Due
7/28/2003
 
Point of Contact
GLENN MCCARTHY, 718-553-3085
 
E-Mail Address
Email your questions to Glenn.Fox.McCarthy@faa.gov
(Glenn.Fox.McCarthy@faa.gov)
 
Description
SCREENING INFORMATION REQUEST (SIR) Project Title: New Intermediate Activity Level Airport Traffic Control Towe= r with Administrative Base Building at Long Island MacArthur Airport, Ronko= nkoma, New York Point of Contact: Glenn Fox McCarthy, Phone: (718) 553-3085, FAX (718) 995-= 5685 Date Closed: 28JUL03 ________________________________________________________________________ Project Description: Provide professional Architectural and Engineering (A/E) services for the = =E2=80=9Csite adaptation=E2=80=9D engineering design of an FAA standard 126= -foot high (to control cab floor) Intermediate Activity Level (IAL) pre-cas= t concrete Airport Traffic Control Tower (ATCT) structure and an adjoining = customized 8,000-square foot, one-story administrative base building connec= ted together via custom link structure. =20 The proposed IAL ATCT facility will be constructed on airport property owne= d by the Town of Islip, Long Island MacArthur Airport (LIMA). The Town of = Islip will lease the site to the FAA for the purpose of constructing the ne= w ATCT facility. The new ATCT facility will be owned, operated, and mainta= ined by the FAA. The ATCT is classified as a Level 7 (formally Level III) limited approach c= ontrol facility (i.e., utilization of Digital Bright Radar Indicator Termin= al Equipment (DBRITE)), and is served by the New York Terminal Radar Approa= ch Control (TRACON) facility located in Westbury, New York. The ISP ATCT a= lso houses critical equipment that receives and transmits data to and from = the New York TRACON via telephone lines and microwave links. Building design shall conform to the latest FAA national standards and task= directives, applicable building codes, standards and regulations for build= ing construction Estimated time frame for A/E services: October 2003 to October 2004 Estimated Cost of Construction: $9 Million - $10 Million Purpose: The Federal Aviation Administration (FAA) Eastern Region is seeking qualifi= ed full-service Architect-Engineer firms (A/E) to provide services for the = design of the above subject Airport Traffic Control Tower and Administrativ= e Base Building facility. All interested A/E firms must submit: 1) a Standard Form 254, Architect-Eng= ineer and Related Services Questionnaire; 2) a Standard Form 255, Architect= -Engineer and Related Services Questionnaire for Specific Project; and Arch= itect-Engineer firm=E2=80=99s financial statements for the current year. F= irms are requested to provide project information, which is specific to the= design of tower type or high =E2=80=93rise structures, (height ranging fro= m 60-feet to 200-feet), Administrative Base Building structures (1 or 2 sto= ry, approximately 2000 sq. ft. to 10,000 sq. ft.). Current projects are pr= eferred. =20 Evaluation Each potential vendor will be evaluated on the information provided in resp= onse to this SIR. Firms must ensure that the information provided is true and sufficiently co= mplete so as not to be misleading nor require additional clarification. Fa= ilure to provide complete and concise information may result in a less than= satisfactory rating or lead to elimination from further consideration Firms will be rated on the following Key Discriminators listed below: KD001 =E2=80=93 Past Performance KD002 - Technical Experience KD003 =E2=80=93 Quality Control KD004 =E2=80=93 Financial Report In order to be eligible for the subject ATCT design, a firm must obtain a s= core of 80% or better. The FAA will require each interested firm to complete and return the requir= ed documentation with any attachments as stated above. Firms shall submit all required documentation with any attachments by 2:30P= M Eastern Standard Time, Monday, July 28, 2003, to: Federal Aviation Administration=20 Attn: Glenn McCarthy, AEA-55 1 Aviation Plaza Jamaica, NY 11434 KD001.=09Past Performance (20%) Provide the following information for Past Performance evaluation: =20 -=09A list of the last three (3) design contracts completed during the past= five (5) years similar in size, complexity and scope, and all design contr= acts currently in progress similar in size, complexity and scope (dates awa= rded, started and anticipated completion dates). Contracts listed may incl= ude those entered into by the federal government, agencies of state or loca= l municipalities and commercial customers. Include the following informati= on for each contract:=20 Name of contracting activity. Contract number. Contract description. Total contract value. Contracting officer, name, address and telephone number. Owner=E2=80=99s Representative name and telephone number and two (2) refere= nces from the owners or the owners=E2=80=99 representative for each project= . List of major sub-consultants -=09Completed Forms 254 & 255 KD002.=09Technical Experience (60%) Provide the following information for Technical Experience evaluation: -=09ATCT & High-Rise Structures Experience -=09FAA Work Experience (ATCT=E2=80=99s and Base Buildings) -=09Other Governmental Agency Experience -=09Architectural Engineering Experience o=09Landscaping / Interior Design -=09Civil & Structural Engineering Experience: o=09Power and Communication Ductbank Design, Storm, Sewer System Design.=20 o=09Post-Tensioned Pre-cast Concrete Design o=09High-Rise Structure and Foundation Design -=09Electrical Engineering Experience: o=09Lighting Protection, Grounding, Bonding and Shielding Systems. o=09Short Circuit Analysis and Protective Device Coordination Analysis. o=09Tower/High-Rise Structure Fire Life Safety Systems. o=09Electrical Systems as they relate to Mechanical Systems. o=09Engine Generator Systems. -=09Mechanical/Plumbing/Fire Protection Engineering Experience: o=09Various design types of Heating Ventilation and Air Conditioning (HVAC)= Systems with capacity over 50 tons per system (air-cooled, water-cooled, c= omputer room type), digital building temperature/humidity control systems, = complex ductwork and piping distribution systems. o=09Various plumbing systems (domestic cold/hot water, waste and vent). o=09Fire Life Safety Systems (e.g., stair pressurization and fire suppressi= on systems). -=09In-House Personnel Qualifications o=09Provide a list of key personnel and their backgrounds, education, exper= ience, awards, certification, licenses, and references. o=09Demonstrate the staff=E2=80=99s ability to perform the work in a timely= manner while providing a quality product. o=09List any subcontractors and their qualifications. KD003.=09Quality Control (10%) Provide the following information for Quality Control evaluation: =20 -=09A statement and supporting documentation on the firm=E2=80=99s quality = control approach to a project. =20 o=09Documentation shall include, but not be limited to; Quality of Product = or Service; Timeliness of Performance; Cost Control and Customer Satisfacti= on. o=09Describe the means, methods and documentation of the quality control sy= stem in producing a fully coordinated product. List any subcontractors and= their qualifications. =20 KD004.=09Financial Report (10%) Provide the following information for Financial Stability evaluation: =20 -=09Provide current financial statement of company, including a statement o= f typically billed labor rates, rates of profit, and overhead rates on gove= rnment contracts. Include Bank and Credit references. -=09Firms shall show evidence that they have sufficient professional insura= nce required complete a project of this magnitude. End
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00371471-W 20030717/030715213333 (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  © 1994-2020, Loren Data Corp.