Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOURCES SOUGHT

99 -- Renovation of the first floor mens restroom located in the Administration Wing of the Oakland Air Route Traffic Control Center (ARTCC) located in Fremont, CA

Notice Date
7/29/2009
 
Notice Type
Sources Sought
 
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-01986
 
Response Due
8/6/2009
 
Archive Date
8/21/2009
 
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
SIR Description: This is a small business set-asideThe Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to renovate the Administration Wing, first floor men's restroom at the Oakland Air Route Traffic Control Center (ARTCC) located in Fremont, CA. The Contractor must provide all necessary labor, materials, equipment, and services. Work includes but is not limited to the following: 1. Demolition - The contractor will remove and dispose of all toilet and urinal partitions. He will remove and dispose of all urinals, sinks, toilets and associated water valves and hoses; dispensers including soap, paper towels, toilet paper and toilet seat covers; mirrors; lights; and exhaust fans. The smoke detectors and the fire signaling devices in the restroom will be disabled by the SSC, removed by the contractor and stored for later use. The old fire bell will be removed and disposed by the contractor. The contractor will demolish and dispose of the outside plumbing walls on both sides of the restroom and the hangers on the backside of these walls, but he will not demolish the outside plumbing chase wall on the far end of the restroom. He will remove and dispose of the two outside walls of the shower stall. Note: All walls common to adjoining rooms and the elevator will remain. The contractor will remove and dispose of all remaining wall tiles and floor tiles. He will remove and dispose of the lath and plaster ceiling and the entrance door to the restroom. He will remove and dispose of all water lines and sewer and vent piping that had previously been hidden by the plumbing walls. All piping behind the plumbing chase is to remain (unless the investigation by the professional plumber proves replacement necessary). The contractor will remove old wiring in conduits to the source except for the active fire system wiring. 2. Construction - The contractor will replace with new all that has been removed. The items of note are: The ceiling will be a drywall suspension system.The shower will be made handicap accessible and remain in its present proximityAll new walls will be constructed with metal studs.The number of toilets and urinals will remain the same. The new toilets will be located in the exact location they are presently. The urinals will be very close to where they are presently.All toilet and urinal partitions will be metal.One new handicap accessible sink will be placed inside a new wall-to-wall handicap stall. The remaining sinks will remain on the same wall they are presently but moved down the wall closer in proximity to the urinals. Moving the sinks will require a longer plumbing wall on the sink side of the room.The sinks will have a counter of either granite or a corian-type top.The lighting will be designed for reading in the toilet stalls.The conduit for the fire signaling devices will be hidden behind walls.A new partition will be built to screen the people at the entrance door from the people inside the room.Cleanouts will be built where necessary.A new floor drain and a new shower drain will be cored into the floor.A new metal door will be installed at the entrance to the restroom with a glass light. Award will be based on the best value to the FAA considering total cost, past performance/experience and technical capabilities. The contractor must have successfully completed similar projects both in dollar and scope. Vendors 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.gov The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by August 6, 2009. T3.6.1 - 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: 236220Dollar Range: $100,000.00 - $250,000.00Period of Performance:100 calendar days
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWP-09-R-01986/listing.html)
 
Record
SN01890938-W 20090731/090730000006-f8572da4d4db74adee1373dc198a67de (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.