Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

Y -- CONSTRUCT A NEW TERMINAL RADAR APPROACH CONTROL (TRACON) FACILITY AT THE GEORGE BUSH INTERCONTINENTAL AIRPORT, HOUSTON, TEXAS - Sensitive Security Information - Business Declaration

Notice Date
3/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Southwest Region, Acquisition Mgmt. Branch, ASW-55, 2601 Meacham Blvd, Fort Worth, Texas, 76137-0055
 
ZIP Code
76137-0055
 
Solicitation Number
DTFASW-09-R-00039
 
Archive Date
3/27/2009
 
Point of Contact
Rose marie S Mendoza,, Phone: 817-222-4338
 
E-Mail Address
rosemarie.mendoza@faa.gov
 
Small Business Set-Aside
N/A
 
Description
Business Declaration - complete and return with request for solicitation Sensitive Security Information Form - complete and return with request for solicitation PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified General construction contractors interested in providing offers for this project. WORK WILL CONSIST OF, BUT IS NOT LIMITED TO: 1. Construct a new 48,000 square feet Terminal Radar Approach Control (TRACON) Facility at the George Bush Intercontinental Airport, Houston, Texas. 2. Site clearing, tree removal, fill, grading, landscaping and drainage. 3. Installation of Fuel tanks, Utility transformers, cooling towers, etc. in the Utility yard. 4. Installation of Government-furnished Equipment/Materials including, but not limited to engine generators with radiators, day tanks, load banks, Uninterruptible Power Systems (UPSs), switchboards, panel-boards, Static Transfer Switches, consoles, etc. 5. Associated concrete paved parking areas and access roads. 6. FAA standard perimeter fence with automatic vehicle access control gates. 7. Underground ducts (with concrete encasement), manholes, and bores with encasement for fiber optic cables to South Remote Transmitter/Receiver (RTR) shelter and to a ductbank system around RWY 9/27 where indicated. 8. Grounding and Lightning Protection Systems. The construction site is located within the boundaries of the George Bush Intercontinental Airport and adjacent to, existing runway and taxiway safety and object-free areas. This is an active airport and the contractor shall comply with all procedures, rules and regulations of airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work access and hours, and other issues to ensure uninterrupted Airport operations. Runway closures may be required for some project work activities and construction and must be planned, coordinated, and approved in advance. Contractor to develop a confirmed written safety/work plan, coordinated with Airport Manager and FAA to accommodate airport operational requirements, restrictions and FAA guidelines, to be used for construction throughout the project. Applicable local, State and Federal, and FAA regulations are also in effect for this project. Utilities are near, or in the general vicinity of project site as indicated on the drawings. Modifications of and extensions to these utilities shall be made by the Contractor as indicated on the drawings. Due to the extensive amount of tree removal, fill, and grading required, FAA urges offerors to inspect the site where the work will be performed, prior to submitting an offer. ALL WORK SHALL BE IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS. 1. This project will be solicitated using Full and Open Competition. 2. Estimated contract duration is 547 calendar days. 3. The North American Industry Classification System (NAICS) is 236220 – Commercial and Institutional Building Construction. The small business size standard is: $33.5 million. 4. The estimated offer range for this project is over $10,000,000.00. 5. Interested firms requesting the solicitation and submitting an offer must be the Prime/General contractor. 6. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees. 7. The offeror must have the financial resources to sustain all contract activities, such as, licenses, permits, insurance, bonding, mobilization, equipment, labor and material costs. 8. Large Business Concerns – In accordance with AMS Clause 3.6.1-4, Small, Small Disadvantaged, Women-Owned and Service-Disabled Veteran Owned Small Business Subcontracting Plan, firms designated as a large business concern will be required to submit a subcontracting plan with the offer. Should an acceptable plan not be negotiated and approved within the time frame requested, the firm will not be considered further for award. 9. Suppliers/Subcontractors may request a Vendor's Mailing List for Subcontracting opportunities. 10. For the purposes of this solicitation, and in accordance to AMS Clause 3.6.1-4, Subcontracting Plan, Paragraph (d)(1), the Federal Aviation Administration (FAA) Administrator has set the following subcontracting goals for all FAA projects: Small Business25% Small Economically Disadvantaged Business10% Woman-Owned Business 5% Service-Disabled Veteran Owned Small Business 3% AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. Complete and return the attached Business Declaration and Document Security Notice to Prospective Offerors. b. Provide a letter, executed by an authorized representative of your company, providing the FAA written authorization to verify financial information, to include account balances, with your financial institution. c. Offerors must have the following minimum experience and provide the following information to substantiate the experience: A listing of at least 3 past or current contracts/projects your firm performed for construction efforts, which are comparable in magnitude and dollar value (over $10,000,000.00) and scope. Contracts/ projects must be either in process or within the last five (5) years. For purposes of determining scope, similar work includes FAA Centers, TRACONs, Towers, and other life-critical facilities. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number, total construction cost of the completed project contract award amount. THE INFORMATION PROVIDED WILL ALSO BE USED AS PART OF THE RESPONSIBILITY DETERMINATION. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994 OR e-mail them to rosemarie.mendoza@faa.gov, no later than 4:30 PM (Local Time). Requests received after this date and time will not be honored. No telephone requests will be accepted. For security reasons, this solicitation will be distributed using the Federal Business Opportunities (FedBizOpps) system. FedBizOpps is an E-Gov initiative that provides a secure environment for distributing sensitive acquisition information (to include Sensitive Unclassified Information (SUI)) to vendors during the solicitation phase of procurement. This system electronically disseminates information or data to the vendor community while still protecting SUI from unauthorized distribution. Data that can be uploaded into FedBizOpps includes the solicitation, construction plans, equipment specifications, and security plans. As FAA utilizes the FAA Contract Opportunities website to announce procurement opportunities, COs will utilize the Non-FBO Secure Document Link functionality in FedBizOpps when electronically distributing SUI Interested offerors must register with FedBizOpps before accessing the system. Registration instructions can be found on the FedBizOpps website (https://www.fedbizopps.gov) "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."
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41f4d38d1bf74ee9140e1e92a43fb2b8&tab=core&_cview=1)
 
Place of Performance
Address: GEORGE BUSH INTERCONTINENTAL AIRPORT (IAH), Houston, Texas, 77032, United States
Zip Code: 77032
 
Record
SN01762418-W 20090307/090305215924-41f4d38d1bf74ee9140e1e92a43fb2b8 (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.