Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOURCES SOUGHT

99 -- Security System Modernization and Upgrade at the Southern California Terminal Radar Approach Control Center (SCT TRACON), located in San Diego, California

Notice Date
3/3/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00037
 
Response Due
3/10/2008
 
Point of Contact
Kevin O'Hara, (425)227-2869
 
E-Mail Address
Email your questions to kevin.o'hara@faa.gov
(kevin.o'hara@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 a Product Team (PT), 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 PT, 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 will include (but not limited to) the following Scope of Work: 1. Construct a New 20' x 30' single-story Guard House Facility. Work includes sanitary sewer, water, electrical power, lighting, HVAC, Fire Alarm, data connections, excavation work, trenching work, and road expansion work. New Guard House construction shall include a standing seam metal roof system, masonry veneer brick walls with metal wall ties, wall and ceiling insulation and a concrete slab foundation. Guard House shall be provided with air terminals for lightning protection. Guard House shall also have a kitchen area, a bathroom facility, a visitor waiting area, a weapons storage area, an electrical equipment room, and a mechanical equipment room. 2. Demolish and remove the Existing Guard House Facility (approximate size 15' x 20') and associated building systems. Existing building is a slab on grade and steel structure. Exterior walls are pre-cast concrete base. Remove existing concrete sidewalk curb and gutter, and portion of asphalt pavement. Remove existing light-pole and foundation. Remove existing associated water lines and sanitary sewer manhole. 3. Provide and install a Temporary Guard House Facility and connect all required utilities (Electrical, Water, Sewer, Telecommunications, etc.). Relocate the existing point of entry. Relocate existing Access Control Equipment serving the Existing Guard House to the Temporary Guard House Facility. 4. Expand the Existing Entrance Lane from one lane to two lanes. Install Four New Visitor Parking Spaces at the New Guard House Facility. Install a New motorized Double Swing Gate for this New Entrance Lane. Install a New motorized Double Swing Gate for the Existing Exit Lane. During construction install a Temporary Manual Double Swing Gate for the Entrance Lanes. During construction install a Temporary Manual Double Swing Gate for the Exit Lane. 5. . Remove and Relocate an Existing Barrier Arm to the Temporary Entrance. Remove and Relocate an Existing Barrier Arm to the Temporary Exit. Relocated Barrier Arms shall be provided with all underground utilities (electrical power and signal) so they will be fully operational and controlled at the Temporary Guard House Facility. 6. For the Existing Main TRACON Building install New Power and New Signal (low voltage), Conduits with pull boxes for eight roof mounted camera locations. Install new conduits from the Existing Access Control Room located on the first floor to the new roof mounted locations. The Existing Main TRACON Building is a two-floor facility. Future Access Control Contractor will install New Cameras at these locations a later date. 7. For the Existing Main TRACON Building install New Power and Signal (low voltage) Conduits with pull boxes for twenty-two Existing Interior and Exterior Doors. Future Access Control Contractor will install New Card Readers, Access Control Components, and Door Hardware at these doors at a later date. 8. Install New Exterior 25 feet Light Poles at four locations. New Light Poles shall have a concrete base footing and shall be grounded with 10 feet long copper clad steel ground rods. All welds shall be exothermic welds (CADWELD). Run New Lighting Circuits from the Existing Power Panel located on the first floor of the Main TRACON Building. Install New Low Pressure Sodium (LPS) Lamps. Install New Circuit Breakers. 9. Install New Exterior 25 feet Camera Towers at four locations. New Camera Towers shall have a concrete base footing and shall be grounded with 10 feet long copper clad steel ground rods. All welds shall be exothermic welds (CADWELD). Run New Camera Circuits from the Existing Access Control Room located on the first floor of the Main TRACON Building. Future Access Control Contractor will install New Cameras at these locations a later date. 10. Install New 100-Watt Flood Lights with Photo Sensors on top of Six Existing Storage Containers located approximately 500 feet North of the Existing Main TRACON Building. Install New Underground Conduit from the Existing Main TRACON Building to the Existing Storage Containers. Run New Conduit from the Existing Power Panel located on the first floor of the Main TRACON Building to the New Flood Lights located at the Storage Containers. 11. Construct Temporary segments of 8 feet high chain link fence adjacent to the Existing Guard House Facility. Connect these temporary segments to the existing perimeter fence. Electrically bond and ground these temporary fence segments. 12. Provide and follow Approved Commissioning Plan for Newly Installed HVAC Equipment, Mechanical Equipment and Fire Alarm Equipment All work must be coordinated in order to maintain an operational facility. The total contract duration completion of the work shall be 180 calendar days, excluding the following FAA holiday moratorium: No work shall be scheduled or take place during the week of and preceding the following: Thanksgiving, Christmas, and New Years. Only emergency work to restore critical services to the facility will be considered, and a moratorium waiver must be submitted and approved. The moratorium period will not be counted against the contract construction duration for the project. Estimated contract price is from $1,000,000.00 - $3,000,000.00. Government contemplates award of a firm-fixed-price contract. Offerors must be a Small Business as identified by the Small Business Administration. The NAICS code for this action is 236220. III. Evaluation Criteria: Prospective offerors are required to submit a technical and business proposal as discussed herein. Proposals will be technically evaluated by the PT 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 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 must 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. Provide a letter of intent from prospective subcontracts (See appendix A) (b) Show multidiscipline - experience in demolition and new building construction (c) Show experience working at a facility that operates 24 hours a day, 7 days a week (d) Show electrical experience in industrial/commercial installations (e) Show mechanical experience in heating and cooling, specifically capability to accomplish work in confined spaces Criteria #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: (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. Criteria #5 - Financial Resources and Capability Offeror must provide information to clearly demonstrate adequacy of financial resources. All submitted financial information will be considered proprietary data, 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, including a 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 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: KEVIN O'HARA, 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: KEVIN O'HARA, 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) PROPOSALS MUST BE SUBMITTED TO THE DESIGNATED OFFICE NOT LATER THAN CLOSE OF BUSINESS (4PM PST),3/20, 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 1st, 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"). 3.2.2.3-1 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 (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) 3.3.1-10 Availability of Funds (April 1996) 3.3.1-33 Central Contractor Registration (January 2008) (January 2008) 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 criteria #1. For each project state: 1. Project title, description, and contract number 2. Dollar value 3. Customer names, address, phone number, email address, 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 issues or technical matters disputed and resolution thereof 8. Any claims and resolution thereof (i.e. nature, number, dollar value)
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6470)
 
Record
SN01522263-W 20080305/080303223510 (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.