Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOURCES SOUGHT

99 -- Replace Communications Towers at Remote Communications Air/Ground (RCAG) sites in Rockport and Sarita, TX.

Notice Date
5/18/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Southwest Region, FEDERAL AVIATION ADMINISTRATION, ASW-55 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-09-R-00057
 
Response Due
5/22/2009
 
Archive Date
6/6/2009
 
Point of Contact
Jeffrey Adkins, (817) 224349<br />
 
E-Mail Address
jeffrey.adkins@faa.gov
(jeffrey.adkins@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for this project. WORK TO BE DONE CONSISTS OF, BUT IS NOT LIMITED TO: Remove eight (8) 50' towers, and install six (6) 40' antenna towers, foundations and hardware (in stages); remove and install associated cabling (new Andrew LDF4-50A Heliax cable), conduits and four underground vaults; install tower lightning protection and grounding system; add 2" of new site gravel to Rockport RCAG; repair site gravel at the Sarita RCAG; regrade as necessary to maintain positive drainage at both sites; interior electrical work as required; masonry and painting work associated with the installation if conduits on the building; removal of existing HVAC Pads; relocate/bury power into both sites. New towers to be installed will be provided by the Government prior to project start. Old towers, cable and associated hardware shall be removed from the sites and will become the property of the contractor. ALL WORK SHALL BE IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS. 1. This project is Set Aside for Small Business Concerns. 2. The estimated duration of the project is 45 calendar days. It is anticipated that all work will be done during normal business hours (Monday - Friday). 3. The NAICS code is 237990: Other Heavy and Civil Engineering Construction. The small business size standard is $33M.4. The estimated offer range for this project is $100,000.00 to $250,000.00.5. The contractor is expected to perform at least 15% of the work using its own employees.6. A mandatory pre-bid site visit is tentatively scheduled for June 4, 2009. The exact date, time, and location for the site visit will be confirmed with those contractors that are cleared to receive solicitation packages. 7. FAA anticipates work will begin as soon as possible after contract award. 8. Award will be made in the aggregate. However, contractors must provide separate pricing for each line item on the solicitation in order to be considered for award. AN OFFEROR MUST PROVIDE THE FOLLOWING INFORMATION, AND 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 forms. b. Provide Past Performance information. Offerors must have the following minimum experience and provide the information as detailed below to substantiate the experience: Provide a list of at least 3 past or current contracts/projects your company has completed, which are comparable in magnitude, scope, and dollar value. Listed contracts/ projects must be either in process or completed within the last five (5) years. For purposes of determining scope, similar work includes tower or communications equipment removal/replacement at FAA or other life-critical facilities. Offerors shall identify the contracting agency (FAA, other Federal, State, local governments, Commercial entity), and provide the contract number or project identifier, point of contact and phone number, and total final amount of the completed project. 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 to jeffrey.adkins@faa.gov, no later than 12:00 PM CDT on Friday, May 22, 2009. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFASW-09-R-00057/listing.html)
 
Record
SN01820792-W 20090520/090518234542-8f4cdd056094c8b0cc2e88dcf3479682 (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.