Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOURCES SOUGHT

99 -- Construction of an Approach Lighting System (ALSF)Bridege, for Runway 16R at Seattle Tacoma International Airport, Seattle, Washington

Notice Date
7/12/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-06-R-00078
 
Response Due
7/25/2006
 
Description
I. Purpose: The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR shall be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Integrated Product Team (IPT) who will evaluate each response received and makes a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. The intent of these negotiations are for the FAA evaluators, or IPT, to gain a better understanding of the proposed project and/or to clarify evaluation information submitted by the offeror. All offeror's that are eliminated from the competition will be notified in writing. Written responses to this SIR are due by close of business (4:00 p.m. Pacific Standard Time) on July 25, 2006. THIS ACQUISITION IS NOT SET-ASIDE IN ANY MANNER II. Project Scope: Construction of foundations, steel truss towers and bridge, and catwalk to support a future Approach Lighting System (ALSF) for Runway 16R at Seattle Tacoma International Airport, Seattle, Washington. The structural steel will include several support towers up to approximately one hundred twenty feet tall, a continuous catwalk approximately 1400 feet long with five catwalk trusses having free spans of 300 feet to be erected over a stream and associated wetlands area and over the State Route 518 freeway. One end of the span will be constructed on top of an earth embankment behind an MSE wall, and the other end will be constructed in the SR 518 Right-of-Way, between freeway lanes and an off-ramp. Cast in place concrete includes foundations for all structures. The work includes temporary erosion and sedimentation control, site clearing and restoration, access road construction or improvement, excavation and backfill, drilled concrete shaft foundations, cast in place reinforced concrete, and furnishing and erecting hot-dipped galvanized structural steel. Special project procedures will be required to ensure security and safety while working near an active airport. Work at and over South154th Street/South 156th Way and over and near State Route 518 may require work to be scheduled for unusual hours. Award is anticipated by September 2006, with construction through spring 2007. Magnitude of construction i : Between $5,000,000 and $10,000,000 III. Evaluation criteria: Prospective offers are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or " not acceptable" on the basis of the following criteria. Prime Contractor Qualifications Past performance Management understanding and approach Qualifications of key personnel Financial resources and capability Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, will render the entire proposal to be unacceptable and therefore rejected from further consideration. One-on-one discussions may be held, at the option of the Government, with one or more offers, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. Availability of funds: Funding for the entire subject project is not available at this time. The government's obligation under the subject SIR is expressly contingent upon the availability of appropriated funds for each phase from which payment can be made. Offerors are hereby advised that no liability on the part of the government shall arise for bid and proposal costs. Technical Proposal Content (3 copies): A prospective offeror must submit a complete technical and business proposal, which will encompass, but is not limited to, the content set forth herein. All technical and business proposal areas must be fully addressed. A negative response is required in the event of no experience for a particular area, or for any item that is not applicable. Any omission or partial and vague responses may lead to the rejection of the offeror's proposal without discussions with offeror. The government reserves the right to use and evaluate any and all available information pertinent to any offeror and its subcontractors, in addition to the data incorporated in the submitted technical and business proposals, and which may be related to performance periods beyond the last three (3) years. Required Contractor Qualifications Offerors must demonstrate that they meet the following qualifications by citing a specific project or projects during which they accomplished the required task(s) using a Company Experience Form (Past Performance). The form may be completed in any legible manner, as long as the information is clear, in the same order, and is kept concise. Letters from project customer(s) or project prime contractor (if applicable) rating offeror's performance on submitted projects is allowed and encouraged. For projects wherein the offeror was a subcontractor, a point of contact name, phone number, and address is required for the General or Prime Contractor as well. The government reserves the right to verify performance by soliciting feedback from the sponsor/owner/customer and/or General Contractor. Knowledge and Experience Mandatory qualifications The following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. Qualification 1. Successful completion of a steel erection construction project with crane operations over 100 feet above ground level (AGL) in the last 3 years. 2. Successful completion of steel erection construction projects averaging $10 million per year or more (for the steel erection portion of the contract) over the last 3 years. 3. Successful completion of a construction project for Federal or State Government, at least one in the last 3 years, complying with all Federal or State contracting requirements. 4. Seismic Zone 3 or 4 (per UBC 1997) OR Site Class D, E, or F (per FEMA 450) construction experience in the last 3 years. Preferred qualifications Qualification Points 1. Experience with hot-dipped galvanized structural steel members 35 2. Experience with drilled pile foundations 35 3. Experience preparing a Temporary Erosion and Sedimentation Control Plan (TESCP) for preserving environmentally sensitive areas during construction 20 4. Construction experience in a limited access road right-of-way involving a contractor-prepared WSDOT (or similar state DOT) permit and traffic control measures 10 Offerors must demonstrate that they meet the following qualifications by explaining their proposed internal process(es) and controls, and identifying key personnel and/or resources to accomplish the project. Management Approach, Abilities, and Resources 1. Ability to monitor and control cost and schedule. 2. Expertise in construction quality control. 3. Availability of manpower and equipment resources, and bonding capacity, to perform the subject project. 4. Management and coordination experience with steel fabrication and erection. Any Offeror determined to be "not acceptable" in any mandatory criteria shall render the offeror to be disqualified and therefore rejected from further consideration. The government may reject any and all offerors and waive informalities or irregularities in submitted documents. The government reserves the right to consider any references or items or past performance and not be limited to those for similar projects or only to those submitted by the offeror. One-on-one discussions may be held, at the option of the government, with one or more offerors, as determined by the Contracting Officer, to clarify submitted materials, resolve issues, and/or omissions. However, the offeror is advised that the Government reserves the right to accept or reject offerors without discussions. Offerors should ensure that their submissions are complete and accurate. Failure to submit required information may result in rejection in accordance with AMS guidelines. Offerors determined to be qualified will be provided with a full set of plans and specifications from which to develop technical and cost proposals for consideration in Phase Two of the evaluation. IV. Directions for submission of Technical Proposal (a) Directions for submitting proposals: Offerors wishing to submit a proposal through the U.S. Postal Service, Certified and Registered mail, Special Delivery, or U.S. Postal Express Mail must be addressed to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-53A 1601 LIND AVENUE SW RENTON, WA 98057 Attn: Patricia Workman (b) Hand delivered proposals: Proposals that are delivered by hand or other types of express delivery services (i.e. Commercial Carrier, e.g. Federal Express, United Parcel Service, Airborne Express, etc.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-53A CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98057 Attn: Patricia Workman FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED. (c) Due date for receipt of proposals. Proposal must be submitted to the designated office not later than close of business (4:00 p.m. Pacific Standard Time), July 25, 2006. V. Late submission of proposals and modifications (if applicable). Any proposal and modification (if applicable) received at the office designated in the SIR after the exact time and date specified for receipt may be considered and accepted, if it is in the best interest of the government as determined by the Contracting Officer. VI. Changes to the SIR. Offerors are hereby advised that any changes (if any) to the subject SIR must be promptly posted to the applicable FAA Internet web page at: www.faa.gov and complete adherence to the published changes is required. VII. Procurement Process. (a) Phase I - Screening Information Requests (SIR). Review and evaluation of each offeror's technical proposal. A submitted technical proposal must be deemed to be either "acceptable" or "not acceptable". The Contracting Officer will promptly notify results of the evaluation to each offeror in writing. (b) Phase II - Request for Offer (RFO). Issuance of the solicitation documents. Those offerors with "acceptable" proposals in response to this SIR will be sent a complete solicitation package inclusive of plans and specifications, and contract terms and conditions. Issuance of the solicitation package to selected qualified offerors is scheduled for August 1, 2006. (c) Award review and selection. Subject to availability of funds, contract award may be made to the responsible offeror presenting the technically acceptable proposal, which is considered to be the best value to the government regarding price, terms and conditions. VIII. Applicable FAA Clauses 3.1-1 Clauses and Provisions Incorporated by Reference (August 1997) This screening information request (SIR) or contract, as applicable, incorporates by reference one or more provisions or clauses with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at http://fast.faa.gov (on this web page, select "toolsets", and then "procurement toolbox". (End of Clause) 3.3.1-10 Availability of Funds (April 1996) 3.2.2.3-1 False Statements in Offers (April 1996) 3.2.2.3-11 Unnecessarily Elaborate Submittals (April 1996) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (April 1996) 3.2.2.3-13 Submission of Information, Documentation, and Offers (April 1996) 3.2.2.3-16 Restriction on Disclosure and use of Data (April 1996) 3.2.2.3-17 Preparation of Offers (October 1996) 3.2.2.3-18 Explanation to Prospective Offerors (April 1996) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (August 1998) Appendix A Complete listing of all subcontractors Provide a complete list of all proposed and potential subcontractor(s) who may perform on the subject contract. Government evaluation and award will be based in part upon experience and proficiency of the named subcontractors; it is expected and required that these subcontractors work on the subject contract. The resulting contract terms and conditions must state that any changes (i.e. designation of subcontractors or scope of work to be performed) will require the advance written approval of the Contracting Officer. (a) For each subcontractor state the following: 1. Company name 2. Address 3. Phone and FAX number 4. Contact person 5. Scope of work planned (b) For each subcontractor provide relative past performance for last 5 years. For each project state: (1) Project title, description, and contract number (2) Dollar value (3) Customer names, address, phone number, and contact person (4) State scope of work performed (5) Performance period (i.e. dates and number of calendar days) (6) Ability to meet schedules and budget constraints (7) Any noteworthy technical problems encountered and solution. (8) Any contractual issues or technical matters disputed and resolution thereof (9) Any claims and resolution thereof (i.e. nature, number, dollar value)
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4957)
 
Record
SN01087224-W 20060714/060712220526 (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  © 1994-2020, Loren Data Corp.