Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOURCES SOUGHT

99 -- Fire Life Safety Upgrade, Roswell Regional Airport, Roswell, NM

Notice Date
1/19/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-10-R-00036
 
Response Due
3/31/2010
 
Archive Date
4/15/2010
 
Point of Contact
Jeri Bird, 817-222-4391
 
E-Mail Address
jeri.bird@faa.gov
(jeri.bird@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for this project. Work will consist of, but is not limited to: Application of sprayed-on fireproofing materials to protect structural steel within shafts as shown on drawings. Firestopping existing and/or newly made through penetrations or openings through fire resistance rated walls, floors, soffit, etc. with fire-stop assemblies including sealant(s),caulks, mortars, mineral/ceramic wool, gypsum wallboard, and/or masonry. Installation of fire resistance rated ductwrap on cable access level as indicated on drawings. Repair of fire damper enclosures through cable access level floor. Adjustments and corrections to existing door hardware to provide proper closing and latching as indicated. Installation of smoke gaskets on doors and hatches as indicated on drawings. Providing fire dampers in ductwork penetrating shafts. Conversion of the existing preaction sprinkler systems to wet pipe sprinkler systems as indicated on drawings. Modifications to existing sprinkler systems as indicated on drawings. Installation of a new fire alarm system within the ATCT portion of the facility. Installation of new fire extinguishers as indicated on drawings. Installation of new kitchen fire extinguisher system as indicated on drawings. Testing, adjusting and balancing of the existing stair pressurization system and vestibule exhaust system. Installation of new exit signage and replacement of existing exit signage as indicated on the drawings. Training for personnel assigned by the FAA. Preparation of documentation describing as-built configuration and operation and maintenance of systems and equipment and warranty of the work. Work will be done on an active airport and the contractor shall comply with all procedures, rules and regulations of the airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other issues to ensure uninterrupted airport operations. All work shall be in accordance with the plans and specifications. 1. This project is a total set-aside for Small Business Concerns. 2. Estimated contract duration is 90 days. 3. The North American Industry Classification System (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is: $14 Million.4. The estimated offer range for this project is between: $100,000 to $250,000.5. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees.6. A mandatory site visit will be tentatively conducted the week of February 15, 2010. The date, time, location, and point of contact will be provided with the solicitation package. 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. 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, in the same size ($100,000 to $250,000) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Similar work must include FAA Centers, Towers, or 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. 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) 222-5958 OR e-mail them to jeri.bird@faa.gov, no later than 3:00 PM (Local Time) 1/29/10. 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-10-R-00036/listing.html)
 
Record
SN02044709-W 20100121/100119235018-128c9a822489b4da9dfed46122fb5cdd (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.