Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2009 FBO #2912
SOURCES SOUGHT

99 -- CONSTRUCTION OF A NEW APPROACH LIGHTING SYSTEM SUBSTATION FOR RUNWAY 22 LAGUARDIA AIRPORT, FLUSHING, NEW YORK

Notice Date
11/12/2009
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AEA-55A AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
DTFAEA-10-R-00618
 
Response Due
12/16/2009
 
Archive Date
12/31/2009
 
Point of Contact
Ginger Morganti, (718) 553-3086
 
E-Mail Address
ginger.morganti@faa.gov
(ginger.morganti@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) Eastern Logistics Service Area-NY, is seeking qualified vendors to construct an ALSF-2 substation complex at LaGuardia Airport in Flushing/Queens, New York. Pre-Qualification process will be based on the Evaluation Criteria stated below. Upon completion of the pre-qualification process, qualified vendors will receive the 2nd Screening Information Request, the Request for Offer, (RFO). Failure to provide ALL the information that is requested below for evaluation purposes shall eliminate the offeror from receiving the 2nd SIR (RFO). The project shall include, but not be limited to: the construction of a pre-assembled 72' X 32' substation complex. The substation complex consists of four modules each 32' X 16'. The project shall include foundations for the complex, electrical work including duct bank installation, mechanical work and demolition of existing building 303. Asbestos abatement of building 303 is required. The substation complex requires paving. The entire facility will be constructed inside the airport operations area, AOA, which is surrounded by runways, taxiways and which is in an active airport environment. The estimated price range is $1,000,000.00. Contract performance time for this project is approximately 180 calendar days. This SIR is open to both Large & Small Business, under NAICS Code 236220 Security background checking/fingerprinting of construction personnel may be required. Required Submissions: Firms should ensure that the information provided is true and sufficiently complete so as not be misleading nor require additional clarification. (A)Financial Capability PASS/FAIL Firms shall provide a letter from the Bonding Company and the Insurance Company stating that you have sufficient financial resources/rating and ability required to provide the following: 1.Performance Bond and Payment Bond for 100% of the construction value.2.Insurance coverage: $25,000,000.00 (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. Building construction 2.Cast-in-place concrete construction3.Site preparation and development in a limited area4.Electrical systems installation including engine generators5.Class-A fire alarm, fire suppression systems 6.Mechanical systems installation 7.Asbestos Abatement8.Paving9.FAA or Airport experience (C)Past Performance Please provide the following information for past performance evaluation. A list of the last three (3) prime contracts completed during the past five (5) years specifically similar in size, complexity and scope, 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 (Client)2.Contract number.3.Contract description.4.Total contract value.5.Contracting officer, name, address and telephone number.6.Owner's Representative name and telephone number Evaluation Criteria Each potential vendor will be evaluated on the information provided in response to this 1st SIR. Financial Capability, Technical Experience and Past Performance will be evaluated based upon the following Key Discriminators, in descending order of importance. Contractors who receive an evaluation score of less than 80% shall not be considered for award. Key Discriminators KD001 - Financial Capability PASS/FAIL 1.Bonding Capacity2.Insurability and Credit References Determination of Financial Capability - Offerors must meet this requirement in order to qualify for receiving the plans and specifications for this project. Financial Eligibility will be graded Pass or Fail. Offerors that fail the financial eligibility will be automatically disqualified. KD002 - Technical Experience The offeror's proposal shall demonstrate in a detailed clear and concise manner all the specialized technical experience listed above 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 SIR will be down selected. KD003 - 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 wrap-up 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. Basis for AwardThis is a Best-Value procurement. Financial Capability, Technical Experience, Past Performance evaluation, and cost will be used for the basis of award. This SIR is the first step in qualifying potential offerors for construction contract award. Contractors who qualify, a score of 80% or better, will receive the 2nd SIR, Request for Offer. The Government will then award the contract to the responsible offeror with the lowest price. RESPONSES ARE DUE BY DECEMBER 16, 2009, and should be mailed in TRIPLICATE to: Federal Aviation Administration, Attn: Ginger Morganti, ASO-52, 1 Aviation Plaza, Jamaica, NY 11434-4809. Facsimile responses will NOT be accepted. DUE TO STRINGENT SECURITY REQUIREMENTS, HAND CARRIED QUALIFICATIONS WILL NOT 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/ER/DTFAEA-10-R-00618/listing.html)
 
Record
SN02002929-W 20091114/091112235703-bb490d51bf4e5fe6e05f86c70aede31f (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.