Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOURCES SOUGHT

99 -- FACILITY SECUIRTY UPGRADES at the NEW YORK TRACON FACILITY, WESTBURY, NEW YORK

Notice Date
3/14/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55A Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-07-R-00618
 
Response Due
3/28/2007
 
Description
The Federal Aviation Administration (FAA) has a requirement to provide various upgrades at the New York Terminal Radar Approach Control (TRACON) Facility. The project shall include, but not limited to the following: 1. Demolition of existing guardhouse, site lighting, portions of the existing parking lot, and fencing; 2. Construction of a new 600 sq. ft. guardhouse 3. Concrete foundations, steel framing and lightweight metal stud framing, masonry veneer, metal roof, storefront system, interior finishes; 4. HVAC system, fire alarm devices, plumbing and communication system; 5. Construction of new parking lot areas with drainage; 6. Installation of new site lighting, including pole foundations, poles, fixtures, and associated conduit, wiring, and lighting; 7. Installation of new camera towers, including foundations, bases, and associated conduit; 8. Concrete sidewalks and curbs; 9. Connections of all site utilities and communications to the new guardhouse; 10. Installation of new fencing and automatic gates; 11. Lightning protection, grounding, and bonding. The estimated price range for construction is between $1,500,000 and $2,000,000. THIS PROJECT IS BEING LIMITED TO CONTRACTORS WITHIN A 60 MILE RADIUS of the NY TRACON FACILITY. 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 the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified contractors will receive the Request for Offers (RFO). FAILURE TO PROVIDE THIS INFORMATION SHALL ELIMINATE THE CONTRACTOR FROM RECEIVING a RFO. (A) Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction: 1. General building construction a. Concrete foundations b. Steel framing lightweight metal stud framing c. Masonry veneer d. Storefront system e. Metal roof f. Interior finishes 2. Parking lot construction and drainage systems 3. Site lighting design and installation, lightning protection, grounding and bonding 4. Electrical, mechanical systems, and plumbing systems 5. Fencing and automated gates 6. Construction performance and application of temporary measures to maintain continuous ingress adn egress in a 24/7 occupied facility. (B) Past Performance 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 similar in size, complexity and scope, and prime and sub 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 and sub contract: 1. Name of contracting activity. 2. Contract number. 3. Contract description. 4. Original contract value. 5. Revised contract value, indicating change orders and who initiated 6. Contracting officer, name, address and telephone number. 7. Owner's Representative name and telephone number and two (2) references from the owners or the owners' representative for each project. (C) Financial Capability (Pass/Fail) Firms shall provide a letter from the Bonding Company and the Insurance Company stating you have sufficient financial resources/rating and ability required to provide the following: 1. Performance Bond and Payment Bond for 100% of the contract value. 2. Insurance in the amount of $ 2,000,000.00. Technical Experience, Past Performance and Financial Capability will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of less than 80% shall not be considered for award. Key Discriminators KD001 - Technical Experience 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 explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. KD002 - 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 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. KD003 - Financial Capability PASS-FAIL 1. Bonding Capacity 2. Insurability and Credit References Basis for Award This is a Best Value procurement. Technical Experience, Past Performance, Financial Capability evaluation, 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 qualify under the SIR will receive the Request for Offer (2nd SIR). The Government reserves the right to award on initial offers without discussions or to conduct one on one discussions with one or more offerors. 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. The above documentation required should be sent to the following address by MARCH 28, 2007. Send in TRIPLICATE TO: Federal Aviation Administration c/o GINGER MORGANTI, AEA-55A 1 Aviation Plaza Jamaica, New York 11434
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5493)
 
Record
SN01250716-W 20070316/070314220627 (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.