Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
SOURCES SOUGHT

99 -- Construction of LaGuardia Air Traffic Control Tower, Flushing, New York

Notice Date
2/14/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55A Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
4612
 
Response Due
3/6/2006
 
Description
Project Title: CONSTRUCTION OF A NEW AIRPORT TRAFFIC CONTROL TOWER (ATCT) AND ADMINISTRATIVE BASE BUILDING FACILITY AT LAGUARDIA AIRPORT, FLUSHING, NEW YORK. Point of Contact: Ginger Morganti, (718) 553-3086 Date Closed: March 6, 2006 ________________________________________________________________________ Project Description The purpose of this Screening Information Request (SIR) is to evaluate and pre-select the most qualified firms capable of constructing the new facility based on the following technical qualifications, experience, and past performance criteria. Price proposals will be requested only from those qualified firms who meet the requirements of the SIR. Subsequent award for construction will be based on the lowest contract price submitted to the government. Construction contract documents will be available on or about 3/27/06. Contract performance time for this project is approximately 800 calendar days. Construction start is scheduled for July 2006. The project includes construction of a 235-foot structural pre-cast, post tensioned/cast-in-place concrete Airport Traffic Control Tower (ATCT), a 15,000 square foot 2-story cast-in-place and precast concrete administrative base building with a basement, a 1,800 square foot Engine Generator Building, along with all required site, airfield and utility work. The facility will be supported by steel shell concrete filled monotube piles. The entire facility will be constructed on a 0.9 acre site, constrained by elevated ramps and very limited access. No staging area or storage of material is available on site. The estimated price range is between $30,000,000.00 and $40,000,000.00. NAICS Code 236220. Security background checking/fingerprinting of construction personnel may be required. Determination of Financial Eligibility - Offerors must meet this requirement in order to qualify for receiving the plans and specifications for this project. Financial Eligibility will be graded Pass or Fail. Offerors that fail the financial eligibility will be automatically disqualified. 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 a letter with this SIR from the bonding company confirming availability to obtain a payment and performance bond in the amount of 100% of the contract price. Actual bonds will be required 10 days after award. 2. Insurance Requirements - Name, Address, and phone number of Insurance Company that will insurance you with the following limits: Commercial and General Liability $5 Million, Commercial Auto Liability $2 Million 3. Banking Credit Worthiness - Offeror shall provide banking documentation to support a satisfactory rating from their financial institution. Responses to this SIR will be strictly evaluated based on the following criteria that are listed in order of relative importance, and based on information submitted on projects similar in complexity to this project and supplied references. Written submittals detailing the following criteria will be required by all offerors: (A) Technical Experience (60%) Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction: 1. High-rise (minimum 20-story) precast concrete panel, cast-in-place, and steel construction (structural and architectural). 2. Site preparation and development in a limited area. 3. Work performed in the New York City metropolitan area. 4. Electrical installation, including High Voltage, Critical Power Distribution System, Engine Generators, UPS and Class-A fire alarm. 5. Mechanical systems installation, including fire suppression systems. 6. Pile driving experience. The offeror's proposal shall demonstrate in a detailed clear and concise manner all the specialized technical experience listed above to evaluate the offeror's understanding of, and capacity to, accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. Offerors who fail to meet the requirements of this solicitation may be down selected. (B) Past Performance (40%) Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts completed during the past five (5) years specifically similar in size, complexity and scope, and all prime contracts currently in progress (dates awarded, 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 for each prime contract: 1. Name of contracting activity. 2. Contract number. 3. 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 owners or the owners' representative for each project. 7. List of major subcontractors. The past performance rating for a contractor will be based on the ability to demonstrate the following: 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 and 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 the contractor's installation. Basis for Award This is a Best Value procurement. Past Performance, Technical Experience, and cost will be used for the basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for award. Contractors who receive a score of 80 or better under this SIR will receive the Request for Offer (2nd SIR). The 2nd SIR will be sent out to pre-qualified contractors on or about 3/27/06. RESPONSES ARE DUE BY 2:30 P.M. ON March 6, 2006, and should be mailed in TRIPLICATE to: Federal Aviation Administration, Attn: Ginger Morganti (AEA-55), 1 Aviation Plaza, Jamaica, NY 11434-4809. MARK THE LOWER LEFT CORNER OF THE ENVELOPE: "RESPONSE TO LAGUARDIA ATCT DUE: 3/6/06, 2:30 P.M." Facsimile responses will NOT be accepted. Any questions regarding the SIR should be directed in writing to Ginger Morganti, Contracting Officer, FAA (AEA-55), 1 Aviation Plaza, Jamaica, New York 11434-4809, Telephone (718) 553-3086, Facsimile (718) 995-5685
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4612)
 
Record
SN00987797-W 20060216/060214211948 (fbodaily.com)
 
Source
FedBizOpps 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.