Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOURCES SOUGHT

99 -- CONSTRUCTION OF A NEW GOWEN FIELD/BOISE AIRPORT (BOI) AIRPORT TRAFFIC CONTROL TOWER, IN BOISE, IDAHO

Notice Date
8/10/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-07-R-00110
 
Response Due
8/17/2007
 
Description
Point of Contact: Michael R. Todd, Contracting Officer (425) 227-1179 Fax (425) 227-1055 I. Purpose: The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR must 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 is 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 offerors 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 Daylight Time) on August 31, 2007. II. Scope of Project: The project builds a new Airport Traffic Control Tower (ATCT) with a co-located Administrative Base Building. The work includes: A. New Intermediate Activity ATCT - Overall height 290 ft. B. New Administrative Base Building - Gross Area 11,942 square feet. C. Associated landscape and parking areas, utilities, and security fence. D. Duct bank construction to the existing ASR-11 Radar Site - Approx. length 3,600 feet. All work must be coordinated in vicinity to an active National Guard Base. The total contract duration for completion of the work will be approximately 600 calendar days. The estimated contract price is from $15,000,000 to $20,000,000. The government contemplates award of a firm fixed price contract. This procurement is full and open competition. 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. (1) Knowledge and experience of key project elements (2) Past performance (3) Management understanding and approach (4) Qualifications of key personnel (5) 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. IV. 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. V. 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. Criterion # 1. - Knowledge and experience of key projects elements. Be specific and provide details to clearly support expertise and ability in each of the below areas. In the event that any area of expertise relates to a proposed or potential subcontractor, the company must be clearly identified. Knowledge and experience factors must be evaluated on an overall basis, and limited or no expertise in a particular area may be waived or overcome by expertise in other areas, as determined by the Contracting Officer to be in the best interest of the government on a case-by-case basis. All submitted technical information, experience, past performance, qualifications key personnel, names of subcontractors, etc. must be considered proprietary data and must be utilized for evaluation purposes only and kept confidential. (a) List of Sub-contractors planned for this project. Provide letter of intent from prospective sub-contractors. (See Appendix A) (b) Multidiscipline - experience building ATCT's and associated Base Buildings. (c) Experience working in a facility that operates 24 hours day 7 days a week. (d) Electrical: Experience in industrial/commercial installations. Specifically capability of relevant experience to the FAA Lightning Protection, Grounding, and Bonding Requirements. (e) Mechanical: Experience in heating and cooling. Specifically capability to accomplish work in confined spaces. Criterion # 2. - Past performance Prime Contractor: Provide all business activity during the last three (3) years. Be specific and provide details. For each project address the following points: (a) Project title, description, and contract number (b) Client names, business address, phone numbers, and contact person (c) Dollar value (d) Scope of work (e) Percentages of work subcontracted and nature of that work. (f) Award and completion dates. (g) Any contractual issues or technical matters disputed, and resolution thereof. (h) Any claims and resolution thereof (i.e. nature, number, dollar value.) (i) Any relevant information that would reflect on the offer's ability to meet schedule constraints. (k) Any other pertinent information. Criterion # 3. - Management approach resources and abilities. Be specific and provide details to clearly support expertise and capabilities in each of the areas listed below: (a) Ability to schedule and monitor performance. (b) Expertise in Construction quality control - project inspection. (f) Availability and readiness of manpower and equipment, bonding capacity to perform the subject project. (g) Management and coordination with subcontractors and government officials. (h) Safety and Environmental management policies. (f) Any other relevant information Criterion # 4. - Key Personnel Qualifications. Be specific and provide details to clearly support the following: (a) Identification of the Construction Management Team (Project manager, Quality Control person, Safety coordinator, Onsite superintendent. (b) Resume information for all personnel identified above. Provide all pertinent data related to years of experience, employment history, education, training, accomplishments, licenses, certificates, etc. Criterion # 5. - Financial resources and capability Offeror must provide information to clearly demonstrate adequacy of financial resources. All submitted financial information must be considered proprietary data and must be utilized for evaluation purposes only and kept confidential. Documents will include as a minimum: (a) A complete set of financial statements (i.e. balance sheet, income, and cash flow statement) related to the last completed accounting period, inclusive of CPA's Audit Opinion (if applicable), and interim year-to-date financial statements if available. (b) Full disclosure of any unresolved or pending litigation actions. (c) Bank references and lines of credit. (d) Any other relevant information. VI. 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-52 1601 LIND AVENUE, SW RENTON, WA 98057 Attn: Michael Todd (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-52 CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98057 Attn: Michael Todd 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 (4:00PM Pacific Daylight Time), August 31, 2007. VII. 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. VIII. 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. IX. Procurement Process. (a) 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) 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 October 1, 2007. (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. X. Applicable FAA Clauses 3.1-1 CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE (DECEMBER 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below 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://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.3.1-10 Availability of Funds (April 1996) 3.2.2.3-1 False Statements in Offers (July 2004) 3.2.2.3-11 Unnecessarily Elaborate Submittals (July 2004) 3.2.2.3-12 Amendments to Screening Information Requests (SIR) (July 2004) 3.2.2.3-13 Submission of Information/Documentation/Offers (July 2004) 3.2.2.3-16 Restricting Disclosing and Using Data (July 2004) 3.2.2.3-17 Preparing Offers (July 2004) 3.2.2.3-18 Prospective Offeror's Requests for Explanations (July 2004) 3.9.1-2 Protest After Award (August 1997) 3.9.1-3 Protest (November 2002) 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 3 years. This experience could be used to respond for criterion # 1. 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) Prospective offerors are hereby notified that employees of NetStar-1, a private contractor to the Government, may be used in evaluating offers received under this SIR.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5943)
 
Record
SN01368824-W 20070812/070810220951 (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.