Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2008 FBO #2392
SOURCES SOUGHT

99 -- ZDC - Viking Firecycle Fire Suppression System Modifications; Leesburg, VA

Notice Date
6/12/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Eastern Region, FEDERAL AVIATION ADMINISTRATION, ASO-052 AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-08-R-00978
 
Response Due
6/26/2008
 
Archive Date
7/11/2008
 
Point of Contact
Glenn McCarthy, 718-553-3085
 
Small Business Set-Aside
N/A
 
Description
SCREENING INFORMATION REQUEST Project Title: ZDC - ZDC VIKING SPRINKLER FIRECYCLE FIRE SUPPRESSION SYSTEM MODIFICATIONSLEESBURG AIR ROUTE TRAFFIC CONTROL CENTERLEESBURG, VIRGINIA Point of Contact: Glenn McCarthy, (718) 553-3085Date Closed: 26JUN08________________________________________________________________________ Project Description The Federal Aviation Administration (FAA) has a requirement to modify the existing Viking Firecycle Fire Suppression Sprinkler system at the Leesburg Air Route Traffic Control Center in Leesburg, Virginia. The work includes conversion of Firecycle II systems to Firecycle III systems, correction of deficiencies in the existing Fire Suppression systems to comply with Viking recommendations, testing of each Firecycle system, electrical work (conduit and wiring), fire alarm devices installation, and programming and testing of the fire alarm system. The work is to be done by a prime contractor qualified to do fire protection work.Due to the fact that the Air Route Traffic Control Center operates continuously, some work will need to be done during nights and weekends in order to avoid interruption of facility operations. Security background checking/fingerprinting of construction personnel is required. The anticipated commencement of work is August 2008. The duration of the project will be approximately 2 to 3 months. The estimated price range for this construction project is between $125,000.00 and $225,000.00. Purpose The Federal Aviation Administration (FAA) Eastern Service Area is seeking qualified fire protection system contractors for a project requiring fire suppression system modifications and fire sprinkler piping installation at the Leesburg Air Route Traffic Control Center (Leesburg ARTCC) in Leesburg, VA. The following known companies do not need to respond to this SIR - Southern Fire Suppression, Sanford, FL and McKercher Corp., Phoenix, AZ.This first Screening Information Request (SIR) is the initial step in obtaining qualified potential offerors for award. All interested contractors must be regularly engaged in fire protection systems installations. Contractors who qualify under this first SIR will receive the second SIR, the Request for Offer. Prospective offerors must fax a letter of interest and all pertinent information to Glenn Fox McCarthy at 718-995-5685. The letter and qualifications must include information on at least five (5) projects within the last five (5) years, similar in size, scope and complexity to the proposed Leesburg ARTCC project. The information shall state in a clear and concise manner all of the specialized experience necessary to convey the offeror's understanding of, and ability to accomplish, the required project. The information shall be so clear and unambiguous as to negate the need for further explanation. All information is due no later than 26JUN08 at 4:30PM EST. Screening decisions will be based on the evaluation criteria stated below on a pass/fail basis. Failure to provide all of the information requested below shall eliminate the contractor from participation in the evaluation process and receiving the RFO. In addition, failure to meet the requirements of this announcement shall result in the down selection of the offeror, and the offeror will not receive a copy of the RFO. All offerors who receive a passing score on the evaluation will then move on to the second level, and will be sent a copy of the RFO. Those offerors will then submit a price, and the offeror submitting the lowest price will then be awarded the contract. This SIR is open to both large and small business. Evaluation Criteria Each offeror will be evaluated on the information provided in response to this first SIR. Offerors must ensure that the information is true and sufficiently complete, so as not to be misleading nor require additional clarification. (A)Past Performance Please provide the following information for past performance evaluation. A list of the last five (5) prime contracts completed during the past five (5) years similar in size, complexity and scope to the proposed Leesburg ARTCC project, and all prime contracts currently in progress (dates awarded, started and anticipated completion dates). Contracts listed may include those entered into by the federal government, agencies of state or local municipalities and commercial customers. Include the following information for each prime contract: 1.Name of contracting activity.2.Contract number.3.Contract description.4.Total contract value.5.Contracting officer/administrator, name, address and telephone number.6.Owner's Representative name and telephone number and two (2) references from the owners or the owners' representative for each project.7.List of major subcontractors. (B)Technical Experience Contractors shall demonstrate the following specialized technical experience for each contract provided in each of the following areas of conventional building construction: 1.Experience working in a 24-hour, 7 day per week operational facility2.FAA experience 3.Experience in hazardous materials abatement, including asbestos and lead paint removal in an occupied, continuously operational facility. 4.Mechanical systems installation, including fire suppression, plumbing systems, and Viking fire cycle systems.5.Electrical installation, including Class-A fire alarm systems. (C)Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete a project of this magnitude. The following information shall be provided. 1.Bonding capacity.2.Insurability.3.Credit worthiness/history. Basis for Award This Screening Information Request (SIR) is the first step in qualifying potential offerors for award. All contractors who qualify under this SIR will receive the Request for Offer. The contractor submitting the lowest price will then be awarded this project. The Government reserves the right to award on initial offers without discussions or to conduct one on one discussions with one or more offerors. Past Performance, Technical Experience and Financial Capability will be evaluated based upon the following Key Discriminators on a pass/fail basis. Key Discriminators KD001 - Past Performance 1.Quality of Product or Service - compliance with contract requirements - accuracy of reports.2.Timeliness of Performance - met interim milestones - reliable - responsive to technical direction - completed on time, including close out requirements and contract administration.3.Cost Control - within budget - current accurate and complete billings - relationship of negotiated costs to actual - cost efficiencies.4.Customer Satisfaction - satisfaction of end users with the contractor's installation. KD002 - Technical Experience The offeror's proposal shall demonstrate in a clear and concise manner all the specialized technical experience listed to evaluate the offeror's understanding of and capacity to accomplish the required project. The technical proposal should be fully and clearly acceptable without explanation of further information. Simply rephrasing or restating the Government's requirement is insufficient. Offerors who fail to meet the requirements of this solicitation, will be down selected. KD003 - Financial Capability 1.Bonding Capacity2.Insurability and Credit References3.Net Worth, Banking References
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84f2b6882849262a8011efd2660712e6&tab=core&_cview=1)
 
Record
SN01592693-W 20080614/080612221123-84f2b6882849262a8011efd2660712e6 (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.