Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

99 -- MALSF and MALSR Runway Construction Project

Notice Date
6/3/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
6747
 
Response Due
6/11/2008
 
Archive Date
6/26/2008
 
Point of Contact
Christopher Ekadis, 405-954-8071
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA), has a construction requirement for the renovation and construction of the MALSF (Medium Intensity Approach Lighting System with Sequenced Flashers for runway 19L and an option for the renovation and construction of the MALSR (Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights) for runway 28L in San Francisco, CA at the San Francisco International Airport (SFO). The FAA is contemplating a firm-fixed price contract. The successful contractor will be required to furnish the necessary personnel, materials, equipment, tools and supplies to renovate and construct the MALSF (runway 19L) and MALSR (runway 28L). The estimated price range of the proposed construction project is between $1,000,000 and $5,000,000. The principle North American Industry Classification System (NAICS) code for this effort is 237990; Other Heavy and Civil Engineering Construction, with a small business size standard of $31 Million. Responses to this market survey will be used to develop the source list for this requirement and to determine if there is adequate competition to set the requirement aside for Small Businesses, Service Disabled Veteran Owned Small Business, or the 8(a) program in lieu of opening the acquisition up for full and open competition. Potential offerors shall be licensed General Contractors and will be required to provide proof of license with their proposal (For Informational Purposes only. Please do not provide license information at this time) Interested vendors should respond with the following:1.Documentation that clearly demonstrates that the interested vendor is capable of fulfilling the requirement. (The format of the documentation is at the discretion of the vendor)2.Complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. The survey is not to be construed as a screening information request (SIR), nor request for offer (RFO). As such, the FAA will not accept unsolicited proposals and will not pay for any information received or costs incurred in preparing responses to this market survey. Any proprietary information should be so marked. Responders to this announcement may be asked to provide additional details/information based on their initial response. The final determination by the FAA not to open this requirement to competition, based on any information provided, is solely within the discretion of the FAA. All responses should clearly be labeled MALSF and MALSR Runway Project SFO. Vendors must respond by 2:00 p.m. (CST), June 11, 2008. Responses should be submitted electronically in either a portable document format (ie. *.pdf file) or Microsoft Word to: Christopher.Ekadis@faa.gov. FAA will not respond to telephonic inquiries. Any responses received after 2:00 p.m. CST, June 11, 2008, will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. Note: Any contract awarded resulting from this survey will contain the AMS Clause 3.3.1-33 Central Contractor Registration (April 2006). Award cannot be made to a vendor that has not accomplished this registration. 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 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00fbd4c9e2557845b035a8ebd75e6e5f&tab=core&_cview=1)
 
Record
SN01585658-W 20080605/080603215936-82a3fd5e06dbcc27e9470cdbf3e9d302 (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.