Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

99 -- NY TRACON -Wesbury NY Design/Build New Chiller,Cooling Tower & Replace Air Handling Units

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55 Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
4455
 
Response Due
11/9/2005
 
Archive Date
12/9/2005
 
Description
The Federal Aviation Administration has requirement for a construction and design/build project for the following: 1. Construction - Replace three (3) existing cooling towers, piping, electrical, controls and related additional work (pump P-9, piping modifications to existing emergency underground water tank and related piping, electrical and controls) as indicated on contract documents provided by the FAA. 2. Design/Build - Replace existing air handling units AHU-5, AHU-6, AHU-7, related return air fans, new humidifiers (for AHU-5 and 6), ductwork mounted hot water coils (for AHU-7), related piping, electrical, ductwork and controls. 3. Design/Build - Install new water cooled electric chiller and related piping, structural, electrical and controls. The estimated price range of this construction project in between $1,000,000 to $1,500,000. The contract duration is twelve (12) months and the project is expected to begin on or about January 9, 2006. The design build mechanical contractor shall have an established, staffed office that is and has been continuously and openly maintained within a 50 mile radius of the NY TRACON located in Westbury, NY for at least one year prior to the date of issuance of this SIR. Offerors must submit all required documentation requested by this SIR by Close of. Business 4:00p.m Eastern Standard Time on November 15, 2005. Determination of Eligibility- Offerors must meet both eligibility requirements in order to be considered for this first SIR. Locality and Financial Eligibility are both graded as Pass or Fail. Offerors that fail either locality or financial eligibility will be automatically disqualified. 1. Locality - Offeror shall provide documentation to support an established, staffed office that is and has been continuously and openly maintained within a 50 mile radius of the NY TRACON located in Westbury, NY for at least one year to the date of issuance of this SIR. 2. Financial Capability - Offerors shall provide documentation to support that they have sufficient financial resources/rating required to complete a project of this magnitude. The following documentation shall be provided: 1. Bonding Capability Offerors shall furnish evidence of ascertaining performance/payment bond in the amount of 100% of the contract price. An offeror guarantee is required (20% of the offeror's price). 2. Insurability - Offeror shall provide insurance eligibility from companies authorized to do work in the state of New York and shall cover all operations under the contract whether performed by the Contractor or by his subcontractors. The minimum Body Injury Liability shall provide two million dollars for injuries including accidental death to any one person, and subject to the same limit for each person shall provide two million dollars ($2,000,000) on account of any one occurrence. The minimum Direct Property Damage Liability shall provide $2,000,000 for any one occurrence and an aggregate policy limit of $$2,000,000 on account of all occurrences. The same coverage shall be provided for claims arising out of the operation of owned, non-owned and hired automobiles and trucks, as is provided in the Direct Bodily Injury and Direct Bodily Injury and Direct Property Damage policies. The preceding Direct Bodily Injury and Direct Property Damage policies must be written as to include contingent bodily injury and contingent property damage coverage for claims arising from the operations of subcontractor. The policy shall be issued in the name of the Federal Aviation Administration, its successor or successors. 3. Banking/Credit Worthiness - Offeror shall provide banking documentation to support a satisfactory rating from their financial institution. Purpose The purpose of this Screening Information Request (SIR) is to obtain information that will allow the FAA to identify qualified potential offerors. Screening decisions will be based on Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified offerors will receive the Request for Offer (RFO). Failure to provide all of the requested information shall eliminate the contractor from receiving the RFO. (A) Past Performance Offeror shall provide the following for past performance evaluation. Contractor shall submit three (3) design and build contracts completed during the past five (5) years of similar size, complexity and scope, all contracts currently in progress, including award date and started and anticipated completion dates. Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers. Include the following information: 1. Name of Contracting Activity. 2. Contract Number 3. Detailed contract description. 4. Total Contract Value. 5. Contracting Officer Name, address and telephone number. 6. Owner's representative name and telephone number and two (2) references from the owner's or owner's representative for each project. Firms that have prior satisfactory experience working at a Federal Aviation Administration Facility will receive an additional five points during the rating process. (B) Technical Experience/Capability Contractors shall demonstrate the following specialized experience for each contract provided in each of the following areas of conventional construction: a. Firms must have a minimum of five (5) years experience in design/build projects. b. Firms must have experience with large HVAC Systems including hot water, chiller water and condenser piping systems. c. Firms must demonstrate the capability to design/build large HVAC projects with in-house personnel. d. Firms must list past projects with critical operating conditions where back-up HVAC systems were provided and required to keep systems operating 24 hours, 7 days, 52 weeks. Provide references. Basis for Award This is a Best Value Procurement. Past Performance and Technical Experience/Capability and cost will be used as a basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for award. Contractors who qualify under the first SIR will receive the Request for Offer (2nd SIR). The Second Screening Information Request (SIR) will be sent on or about November 28, 2005. Offeror's pricing and completed RFO package is due on December 22, 2005. The Government reserves the right to award on initial offerors without discussions or to conduct on one discussions with one or more offers. The Government is seeking offers that provide the best combination of quality and price in order to select the greatest value or "Best Buy Offer." Therefore, award may be made to other than the lowest price offered. Past Performance and Technical Experience will be evaluated based on the following Key Discriminators in descending order of importance. Contractors which receive an evaluation score of 80% or less shall not be considered for award. Key Discriminators KD-001 Past Performance 1. Quality of Product or Service - compliance with contract requirements-accuracy of reports. 2. Timeliness of Performance - met interim milestones-reliable-responsive to technical direction-completed on time, including wrap-up contract administration. 3. Cost Control - within budget-current accurate and complete billings-relationship of negotiated costs to actual-cost efficiencies. 4. Customer Satisfaction - satisfaction of end users with contractor's service. KD-002 Technical Experience/Capability The offeror's proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed to evaluate the offeror's understanding of and capacity to accomplish the required project. The technical proposal should be fully and clearly acceptable without further explanation or further information. Simply rephrasing or restating the Government's requirements are insufficient. Offeror's which fail to meet the requirements of this Screening Information Request (SIR) will be down selected.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4455)
 
Record
SN00924993-W 20051104/051102211825 (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.