Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOURCES SOUGHT

99 -- Pre-qualification Screening Information Reques (SIR) for an HVAC Rehab with Fire Life Systems Project at the Harrison-Marion Regional Airport, Air Traffic Control Tower lcoated Clarksburg, WV

Notice Date
11/19/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55A Eastern Region (AEA)
 
ZIP Code
00000
 
Solicitation Number
6213
 
Response Due
11/27/2007
 
Point of Contact
Maria Rosu, (718) 553-3084
 
E-Mail Address
Email your questions to maria.rosu@faa.gov
(maria.rosu@faa.gov)
 
Description
Project Description The Federal Aviation Administration (FAA) Eastern Logistics Service Area-NY is seeking qualified vendors to upgrade the existing Heating, Ventilation and Air Conditioning and related electrical systems at the existing Air Traffic Control Tower (ATCT) and Administrative Base Building the Harrison-Marion Regional Airport, Clarksburg, West Virginia. Pre-Qualification process will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified vendors will receive the 2nd Screening Information Request (SIR), the Request for Offer (RFO). Failure to provide ALL the information that is requested below for evaluation purposes shall eliminate offeror from receiving the 2nd SIR (RFO). The HVAC upgrade consists of replacement of the HVAC systems with new systems including but not limiting to distribution of airflow using VAV systems, rooftop package units, split type systems, related ductwork, Direct Digital Building Control (DDC) system, piping, electrical work related with new equipment, structural modifications required for the installation of new equipment, selective roofing installation, various interior architectural upgrades, and temporary HVAC systems during construction. The project also includes various upgrades to the existing Fire Life Safety (FLS) system. Construction activities will take place within the existing ATCT facility located outside the Airport Operations Area (AOA). The estimated price range is between $625,000.00 and $725,000.00. The SIR is open to both Large and Small Business, under NAICS Code 236220. Qualified vendors must have an office that is located within 150 mile radius of the Harrison-Marion Regional Airport located in Clarksburg, West Virginia. The method used to check the distance will be Map Quest. Security background checking/fingerprinting of construction personnel may be required. Failure to provide all the information that is requested below for evaluation purposes shall eliminate the offeror from receiving the second Screening Information Request (SIR) known as the Request for Offer (RFO). Firms should ensure that the information is true and sufficiently complete so as not to be misleading nor require additional clarification. 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. Contractors who receive an evaluation score of less than 80% shall not be considered for award. Written submittals detailing the following criteria will be required by all offerors: (A) Financial Capability (Pass/Fail) Determination of Financial Capability: 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. 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. Insurance Requirements - Offeror shall provide insurance eligibility documentation from companies authorized to do work in the state of West Virginia and shall cover all operations under the contract whether performed by Contractor or by his Sub-contractors. Commercial and General public liability insurance providing limits of liability for bodily injury of not less than Five (5)) Million Dollars for each occurrence and property damage limits of liability and commercial Auto Liability of not less than Five (5) Million Dollars. (B) Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building renovation. The offeror's SIR package shall demonstrate in a detailed clear and concise manner all the specialized technical experience listed below 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 will be down selected. 1. Mechanical systems, including VAV systems, rooftop package units, split type systems, humidification and related ductwork and piping. 2. Electrical systems including power distribution, fire alarm, lightning protection and grounding. 3. Structural and Architectural work, including structural steel erection, acoustic ceiling grid and tile, drywall installation. 4. Direct Digital Controls (DDC) 5. Similar size and complexity. 6. FAA experience. (C) Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts or three (3) subcontracts completed during the past five (5) years similar in size, complexity and scope, and a list of three (3) prime or 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 completed prime or sub contract: 1. Name of contracting activity (Client). 2. Contract number. 3. Detailed contract description. 4. Total contract value. 5. Contracting officer, name, 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 contracts and/or subcontracts. 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 Financial Capability, Technical Experience, Past Performance evaluation, and cost will be used for the basis of award. This SIR is the first step in qualifying potential offerors for a construction contract award. Contractors who qualify under this 1st SIR will receive the 2nd SIR (RFO). The RFO package will be sent out to pre-qualified contractors on or about December 20, 2007. Contract performance time for this project is approximately 210 calendar days. Construction start is scheduled for January 2008. RESPONSES ARE DUE TO THIS PRE-QUALIFICATION SCREENING INFORMATION REQUEST BY 4:00 P.M., Eastern Standard time on December 13, 2007 and should be mailed in TRIPLICATE to: Federal Aviation Administration 1 Aviation Plaza Jamaica, NY 11434-4809 Attn: Maria Rosu-Contracting Officer-ASO-52 Tel: 718-553-3084 MARK THE LOWER LEFT CORNER OF THE ENVELOPE: "PRE-QUALIFICATION RESPONSE TO HVAC PROJECT @ CLARKSBURG, WEST VIRGINIA" DUE: December 13, 2007 @ 4:00 P.M. Eastern Standard Time Facsimile responses will NOT be accepted. DUE TO STRINGENT SECURITY REQUIREMENTS, HAND CARRIED PROPOSALS WILL NOT BE ACCEPTED. Any questions regarding the SIR should be directed in writing to Maria Rosu, Contracting officer, FAA (AEA-55), 1 Aviation Plaza, Jamaica, NY 11434-4809, Telephone (718) 553-3084, Facsimile (718) 995-5685. The Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6213)
 
Record
SN01454744-W 20071121/071119223335 (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.