Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SOLICITATION NOTICE

99 -- Manufacture of a concrete shelter and install a 50kW engine generator, transport package to a remote radar site 16 miles northeast of Mojave, CA.

Notice Date
5/23/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFANM-08-R-00093
 
Response Due
6/18/2008
 
Point of Contact
Mark Payne, 425-227-2235
 
Small Business Set-Aside
N/A
 
Description
A second point of contact is Gary Yount at the FAA Northwest Mountain Region. Gary's telephone number is 425-227-1177, e-mail address is gary.yount@faa.gov. The Federal Aviation Administration (FAA) Western Service Area is soliciting competitive proposals for manufacturing one concrete shelter and installing one engine generator (EG) system consisting of EG, load bank, load bank controller, day tank, battery charger, automatic transfer switch, and other appurtenances in accordance with the attached drawings. The EG system is Government furnished property. Deliver complete EG/shelter package to the Fremont Valley, CA radar site (approximately 16 miles northeast of Mojave, CA) for installation by FAA. The complete EG/shelter package shall be delivered to the Fremont Valley, CA radar site no later than September 5, 2008. The shelter shall include but is not limited to the following. 1.EG shelter shall be concrete as manufactured by CSI Shelter Technologies, model M11620 (GSA contract # GS-07F-0735N), or equal2.Interior dimensions shall be no less than 10'-6" wide by 19'-0" long by 8'-9" high3.Shelter shall be equipped with door, wall openings, and other architectural features as shown on the drawings4.Shelter shall be equipped with a complete interior electrical system as shown on the drawings5.Exterior and interior finishes shall be:a.Exterior: tan concrete or aggregateb.Interior walls: white FRPc.Floor: gray vinyl tile6.Shelter door shall be equipped with Best lock/latch set, 8K series, 7-pin core, AB function. See Section C in the Request for Offer for additional construction and installation requirements. The estimated dollar value for this contract is between $50,000.00 and $100,000.00 A tiered evaluation of offers will be used in this source selection. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible small business concerns were received. Once offers are received the FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. If no award can be made at the first tier, the evaluation will proceed to the next higher lettered tier until award can be made. The tiered order of precedence for considering offers is (from first to last): (a) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in SBA's 8(a) program.(b) Service-disabled veteran owned small business (SDVOSB)(c) Very small business.(d) Small business.(e) Other than small business. Responses are due to be received no later than 4:00 P.M., June 18, 2008, (PDT). The FAA prefers that all responses, including attachments, be submitted electronically to mark.b.payne@faa.gov. NON-Electronic responses may be sent to: Federal Aviation AdministrationWestern Logistics Service Area - ANM-52Attn: Mark B. Payne, Contract Specialist1601 Lind Avenue, SWRenton, Washington 98057 NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), 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 prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. Attachment A. The following lists the attached drawings for the shelter construction, equipment layout, mechanical work, and electrical work. 1.QFV-D-B16-G001COVER SHEET AND DRAWING INDEX2.QFV-D-B16-G002ACRONYMS AND GOVERNING STANDARDS3.QFV-D-B16-S006E/G SHELTER DETAILS4.QFV-D-B16-M001ENGINE/GENERATOR MECHANICAL PLAN5.QFV-D-B16-E005ENGINE/GENERATOR GROUNDING PLAN6.QFV-D-B16-E006GROUND PLATE DETAILS7.QFV-D-B16-E008ENGINE/GENERATOR ELECTRICAL PLAN8.QFV-D-B16-E009POWER ONE-LINE DIAGRAM9.QFV-D-B16-E010ENGINE/GENERATOR CONTROLLER WIRING DIAGRAM10.QFV-D-B16-E011ENGINE/GENERATOR LOAD BANK WIRING DIAGRAM11. QFV-D-B16-E016PANEL SCHEDULES Attachment B. Request for Offer
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4eb87c75ad0833ed7a1b22a820c1e9e7&tab=core&_cview=1)
 
Record
SN01579869-W 20080525/080523214758-87a99a0d52c36b0069e891e7649b6192 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.