Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2008 FBO #2321
SOLICITATION NOTICE

99 -- NAS System Construction-Multiple Award Contracts

Notice Date
4/2/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
20591
 
Solicitation Number
6561
 
Response Due
4/18/2008
 
Archive Date
5/3/2008
 
Point of Contact
Connie Houpt, (405) 954-7820
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for design and construction services for commercial/industrial applications. It is anticipated that multiple Indefinite-Delivery/Indefinite-Quantity type contracts with firm-fixed-price pricing arrangements will be awarded for these services. The contracts will be awarded for a base year and four one-year option periods. Task orders awarded under these contracts will be competed amongst the multiple contract holders. Except for FAA furnished property (equipment, supplies, and/or material), the Contractors shall furnish all professional, technical and support labor, material, supplies, management services, data, and facilities required to accomplish the work to be ordered under the contracts. The contractor shall provide program management services to ensure the quality, timeliness, and cost efficiency of all efforts provided under the contract. The contractor shall provide analysis and recommendations, including the application of various technical and regulatory criteria and the conduct of cost benefit analyses, to assist the FAA in the determination of optimum specific facility locations and the selection of geographical sites required for National Airspace System (NAS) implementation. The contractor shall provide resources required for the development of standard designs, the adaptation of standard designs, site-specific designs, engineering designs, and Contractor Site Engineering Reports (CSERs). The contractor shall perform installation activities to include, but not be limited to, the following: system installation, repair, modification, and/or modernization (including electrical, mechanical, HVAC, and fire protection systems and architectural finishes;) tower erection; cable system installation (including cable trays and raceways) related to antenna, control, fiber optic, power, and signal functions; facility security and security systems; and utility and power distribution systems. Installation activities may include, but are not limited to, the following: site surveys to be conducted by the contractor; development of equipment installation designs and schedules; purchase/assembly/rehabilitation of equipment and material in support of installation work; relocation/modification of operational systems and equipment; placement of equipment; electronic cable system installations related to antenna, control, fiber optics, power, and signal functions; adjustment of equipment to initial or operating parameters; initial testing of equipment and/or documentation of equipment parameters, trouble shooting/performance resolution and coordination; and, preparation for flight inspection/certification. It is anticipated that a maximum of eighteen contracts will be awarded with no more than six contracts awarded for each of the FAA's Air Traffic Organization (ATO) service areas (Reference Attachment.) Expressions of interest are solicited from interested contractors with general experience in the NAS systems, e.g. Air Route Traffic Control Center (ARTCC) Critical Essential Power System (ACEPS), Critical Redundant Power Distribution System (CRPDS), Dual Redundant Power Distribution System (DRPDS), General National Airspace System (GNAS) batteries. The results of the market survey will assist the FAA to determine the extent of contracts that may be set-aside for small businesses, Socially and Economically Disadvantaged Small Businesses [8(a)] and Service-disabled Veteran-owned Small Businesses. Interested contractors shall complete and submit the Business Declaration form, attached, with their response. The NAICS code applicable to this requirement is 236220-Commercial and Industrial Building Construction. All interested sources must submit their Business Declaration form in writing (FAX No. 405-954-9219) or via e-mail (connie.m.houpt@faa.gov) by April 18, 2008. All inquiries regarding the market survey should be directed to the Contracting Officer, Connie Houpt, in writing via e-mail. This 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 a 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 prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/6561/listing.html)
 
Record
SN01546064-F 20080404/080403042443 (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.