Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

99 -- MODIFICATION OF THE EXISTING TOWER CAB STAIRWELL AT THE LOS ANGELES INTERNATIONAL AIRPORTS AIR TRAFFIC CONTROL TOWER

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Western-Pacific Region, FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWP-09-R-01753
 
Response Due
7/9/2009
 
Archive Date
7/24/2009
 
Point of Contact
Elsa Gonzalez, 310-725-7499<br />
 
E-Mail Address
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to modify the existing tower cab stairwell at the Los Angeles International Airport's Air Traffic Control Tower. The Contractor must provide all necessary labor, materials, equipment, and services per the attached Scope of Work.All interested parties are advised that the Federal Aviation Administration (FAA) will not pay for any information or any administrative costs incurred that are associated with any response received to this SIR. Therefore, any costs associated with this Survey will be solely at the interested party's expense.The Federal Aviation Administration intends to conduct a two part solicitation as follows:PART 1: IDENTIFICATION OF QUALIFIED VENDORSInterested contactors must submit past performance information, which demonstrates successful completion of projects of the same or similar magnitude and complexity. Contractors who submit a total of three projects from each of the categories listed below will be listed on the qualified vendors list. Contractors who do not submit all of the requested information will be deemed unqualified and eliminated. The same project may be listed more than once. Experience with Structural Steel Work:Contractor or subcontractor must submit a total of three (3) projects with a minimum of $20,000 in structural steel work, which demonstrates experience in structural steel welding, installation of hot rolled steel members and demolition (Cutting) of Hot Rolled Steel Members. Experience in Controlled Concrete Removal:Contractor or subcontractor must submit a total of three (3) projects, which demonstrate where concrete was removed as part of an architectural remodel and where concrete was removed in a controlled manner and later restored. Experience Working in Operational Facilities:Contractor only, (no sub contractor experience can be used) must submit a total of three (3) projects with a value of $20,000 and over one week in length where the work was conducted in an operating facility with set constraints on the working conditions and daily restoration requirements. Operational facilities include any commercial or government facility over five million dollars in value where the function of the facility must be restored on a daily basis during the project.Interested contractors must submit their past performance documentation by Thursday, July 9, 2009 and delivered to:Mailed offers including certified and registered mail: Federal Aviation AdministrationAcquisition Team, AWP-52P.O. Box 92007Los Angeles, CA 90009-2007Attn: Elsa Gonzalez Special Delivery or Express Mail-U.S. Postal Service Only: Federal Aviation AdministrationAcquisition Team, AWP-5215000 Aviation Blvd.,5th Floor, Federal Building, Room 5018Hawthorne, CA 90250Attn: Elsa GonzalezHandcarried or other types of express mail Federal Aviation AdministrationAcquisition Team, AWP-5215000 Aviation Blvd.,5th Floor, Federal Building, Room 5018Lawndale, CA 90261Attn: Elsa GonzalezElectronic responses will not be consideredPART 2: REQUEST FOR OFFER (RFO) PACKAGEA Request for Offer (RFO) package will be sent only to those contractors on the qualified vendors list.A tiered evaluation of offers will be used in this source selection. The FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. 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. At least two qualified offers in a given tier are required in order to consider an award. 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. All responsible, competitive offers in a single tier will be considered equally for award. 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 the SBA's 8(a) program.b.)Service-disabled veteran owned small business (SDVOSB), and responsible competitive offers from the previous tier.c.)Very small business and responsible, competitive offers from the previous tiers.d.)Small business and responsible, competitive offers from the previous tiers.e.)Other-than small business and responsible, competitive offers from the previous tiers.RFO packages are scheduled to be issued on or about July 20, 2009. Contractors must have the ability to obtain Payment and Performance Bonds.Contractors must complete and submit the attached Business Declaration Form. Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.govT3.6.1 - Small Business Development Program (Revision 21, October 2007) Small Business Development 5: DOT Lending Program 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. For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov. NAICS Code: 236220Period of Performance: 60 Working DaysDollar Range: $50,000.00 - $100,000.00
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWP-09-R-01753/listing.html)
 
Record
SN01857262-W 20090627/090626000528-3aa03a1efcd84cc3852c0420399e419f (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.