Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOURCES SOUGHT

99 -- Re-Roofing of the Power Service Building (PSB) and Administrative Wing Building at the Denver Air Route Traffic Control Center (ARTCC), located in Longmont, Colorado

Notice Date
2/29/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00055
 
Response Due
3/14/2008
 
Point of Contact
Angela Mihalek, (425) 227-1150
 
E-Mail Address
Email your questions to Angela.Mihalek@faa.gov
(Angela.Mihalek@faa.gov)
 
Description
I. Purpose: The purpose of this Screening Information Request (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 will allow the Federal Aviation Administration (FAA) to determine which offerors 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) which 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. The intent of these negotiations is for the FAA evaluators, or IPT, to gain a better understanding of the proposed project and/or clarify evaluation information submitted by the offeror. All offerors that are eliminated from the competition will be notified in writing. II. Scope of Project: This project includes, but is not limited to: Removal, disposal, and replacement of the existing roof systems with a new 80 mil TPO single-ply, mechanically fastened roofing system fully warranted by the manufacturer. All required vapor retarder, substrate board, insulation board, pitch pans, crickets, scuppers, drains (new collars, strainers, & covers), curbs and flashing, penetration flashing, protection board, parapet wall membrane, curb coping, cap flashing, and membrane roof shall be provided. This project also includes removal, protection and reinstallation of existing lightning protection cables and terminals; removal and reinstallation of perimeter lights, speakers, and other roof mounted items (conduit, junction boxes, and fixtures); and installation of new walkpads per manufacturers requirements. The contractor shall provide a complete roof membrane system fully warranted for 20 years by the manufacturer. All work must be coordinated in order to maintain an operational facility. The total contract duration for completion of the work shall be 110 calendar days. Estimated contract price is from $100,000.00 and $250,000.00. Government contemplates award of a firm-fixed-price contract. This project is set-aside exclusively for competition amongst Socially and Economically Disadvantaged Businesses/8(a) as certified by the Small Business Administration (SBA). SEDB/8(a) companies will be in good standing with the SBA and must provide 8(a) certification document with proposal. The NAICS code for this project is 238160. III. Evaluation Criteria: Prospective offerors are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated by the IPT 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 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 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 (Offerors are to provide 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 the 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. Criteria #1 - Knowledge and Experience of Key Project 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 subcontractor company must be clearly identified. Knowledge and experience factors will 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 of key personnel, names of subcontractors, etc. will be considered proprietary data, utilized for evaluation purposes only, and kept confidential. (a) List all subcontractors planned for this project. (b) Show experience working at a facility that operates 24 hours a day, 7 days a week (c) Experience installing a TPO single-ply, mechanically fastened complete roofing system Criteria #2 - Past Performance Prime Contractor: Provide past experience on projects similar in scope during the last three (3) years. Be specific and provide details. For each project address the following: (a) Project title, description, and contract number (b) Client names, business address, contact persons phone number and email address (c) Dollar value (d) Summary of 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 offeror's ability to meet schedule constraints (j) Any other pertinent information Criteria #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 and project inspection (c) Availability and readiness of manpower, equipment, and bonding capacity to perform the subject project (d) Management and coordination with subcontractors and Government officials (e) Safety and environmental management policies (f) Any other relevant information Criteria #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. VI. Directions for submitting proposals: (a) 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 address their proposals to: FEDERAL AVIATION ADMINISTRATION ATTN: ANGELA MIHALEK, ANM-52 1601 LIND AVE. S.W. RENTON, WA 98057 (b) Proposals that are delivered by hand or other types of express delivery services (i.e. commercial carrier, Federal Express, United Parcel Service, Airborne Express, etc.) MUST be HAND DELIVERED to: FEDERAL AVIATION ADMINISTRTION ATTN: ANGELA MIHALEK, ANM-52 1601 LIND AVE S.W. RENTON, WA 98057 ***FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED*** (C) TECHNICAL PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM PST), MARCH 18TH, 2008. VII. Late submission of proposals and modifications (if applicable). To be considered, an offeror must submit a response to the initial SIR within the time specified. Late proposals or modifications will not be accepted, excepted as permitted by 3.2.2.3-14 in the Acquisition Management System (AMS) available at http://conwrite.faa.gov 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 completed adherence to the published changes is required. IX. Procurement Process: (a) Screening Information Request (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 each offeror of the evaluation results in writing. (b) Request for Offer: 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 March 25th, 2008. (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://conwrite.faa.gov (on this web page, select "Search and View Clauses") 3.3.1-10.1 Availability of Funds (April 1996) 3.2.2.3-1 False Statement 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) 3.2.2.3-14 Late Submissions, Modifications, and Withdrawals of Submittals (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) 3.3.1-33 Central Contractor's Registration (April 2006) 3.9.1-2 Protest after Award (August 1997) 3.9.1-3 Protest (November 2002)
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6465)
 
Record
SN01520685-W 20080302/080229224130 (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.