Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOURCES SOUGHT

99 -- Construction and Installation of Medium Intensity Approach Light System with Runway Alignment Indicator Lights (MALSR) Runway Approach Light System and Precision Approach Path Indicator (PAPI) Runway 16R/34L, SeaTac

Notice Date
8/17/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52A NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-07-R-00115
 
Response Due
8/31/2007
 
Description
I. Purpose: The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR will 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 make 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. 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 Sept. 7, 2007. THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESS BUSINESS CONCERNS (SB). The North American Industry Classification System (NAICS) code is 236210. For this code a small business is defined as a concern, which has annual average gross revenue of $31.0 million dollars or less during the last three fiscal years. II. Project Scope: The work consists of furnishing all labor, materials, and equipment for Construction and Installation of Medium Intensity Approach Light System with Runway Alignment Indicator Lights (MALSR) Runway Approach Light System and Precision Approach Path Indicator (PAPI) Runway 16R/34L, at the Seattle Tacoma International Airport, SeaTac, WA The work to be performed includes, but is not limited to the following: ??? Construction and installation of a MALSR runway approach light system, including construction of shelter and light foundations, assembly and erection of light support structures, construct MALSR foundation and installation of a new system equipment shelter, including new power service . ??? Construction and installation of two (2) PAPI's. Work includes construction of two (2) foundations, assembly and installation of the PAPI's. ??? Construction of underground duct banks for power and control cables. The magnitude of construction is from $1,000,000 - 2,000,000. The government contemplates award of a firm fixed price contract. Period of performance is 90 calendar days after notice to proceed. Special project procedures will be required to ensure security and safety while working within an active airport. Work at and over South154th Street/South 156th Way and work within the safety area of an active airport may require work to be scheduled for unusual hours. Award is anticipated by November 1, 2007, with construction through Feb.1, 2008. III. Evaluation criteria: Prospective offerors are required to submit a technical proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or "not acceptable" on the basis of the following criteria. a) Prime and Sub-contractor qualifications b) Prime and sub-contractor past performance c) Management understanding and approach d) Qualifications of key personnel e) 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 offerors, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of funds: Funding for the 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 proposal costs. V. Technical Proposal Content (3 copies): (a) A prospective offeror will submit a complete technical proposal, which will encompass, but is not limited to, the content set forth herein. All technical proposal areas will 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 offerors 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 proposal, and which may be related to performance periods beyond the last three (3) years. (b) 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 will 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. (1) For each subcontractor state the following: Company name Address Phone and FAX number Contact person Scope of work planned Mandatory qualifications: The following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. Evaluation criteria: (a) Prime and Subcontractor Past performance/ Qualifications (b) Management understanding and approach (c) Qualifications of key personnel (d) Financial resources and capability Past Performance Qualification 1. Demonstrated successful completion of approach light or airfield lighting projects of similar magnitude and complexity, at least three in the last 3 years. 2. Demonstrated successful completion of projects working on a large operating active airport environment such as Seattle Tacoma International Airport, at least three over the last five years. 3. Demonstrated successful completion of a construction project for Federal, State or other Government authority, at least one in the last 3 years, complying with all Government contracting requirements. Management Approach, Abilities, and Resources 1. Ability to monitor and control project schedules. 2. Expertise and ability to monitor and control construction quality. 3. Management and coordination experience with airfield lighting or approach light projects. Qualifications of key personnel 1. Qualifications of key personnel to include Project manager, superintendent, quality control and safety managers and electrical foreman. 2. Knowledge and experience of airfield lighting or approach light projects. 3. Knowledge and experience of Federal, State or other Government contracts and requirements Financial resources and capability 1. Availability of manpower, equipment and other resources, and bonding capacity, to perform the subject project within the schedule requirements. 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. 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 will be addressed to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-52 1601 LIND AVENUE SW RENTON, WA 98057-3356 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.) will be hand delivered to: FEDERAL AVIATION ADMINISTRATION ACQUISITION MANAGEMENT BRANCH, ANM-52 CUSTOMER SERVICE CENTER 1st FLOOR 1601 LIND AVE. SW RENTON, WA 98057-3356 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 will be submitted to the designated office not later than close of business (4:00 p.m. Pacific Daylight Time), September 7, 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 will 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) Phase I - Screening Information Requests (SIR). Review and evaluation of each offeror's technical proposal. A submitted technical proposal will 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 September 17, 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 3.2.2.3-1 False Statements in Offers 3.2.2.3-11 Unnecessarily Elaborate Submittals 3.2.2.3-12 Amendments to Screening Information Requests (SIR) 3.2.2.3-13 Submission of Information, Documentation, and Offers 3.2.2.3-16 Restriction on Disclosure and use of Data 3.2.2.3-17 Preparation of Offers 3.2.2.3-18 Explanation to Prospective Offerors 3.9.1-2 Protest After Award 3.9.1-3 Protest
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5968)
 
Record
SN01376301-W 20070819/070817220817 (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.