Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2010 FBO #3024
SOURCES SOUGHT

99 -- Architectural and Engineering Services

Notice Date
3/4/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, FAA AEA - Eastern
 
ZIP Code
00000
 
Solicitation Number
9207
 
Response Due
3/12/2010
 
Archive Date
3/27/2010
 
Point of Contact
Catherine De Toma, 718-553-3078
 
E-Mail Address
cathy.detoma@faa.gov
(cathy.detoma@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
To provide Architectural and Engineering (A/E) services for the design, installation, inspection and commissioning of 480 Volt Three Phase Electrical Service from existing Port Authority of NY & NJ 4.16 KV Electrical Infrastructure at JFK to the FAA's planned installation of a new Runway 13L High Intensity Approach Lighting System Substation at JFK International Airport. A/E design shall conform to the latest FAA National Standards and Task Directives, applicable Building Codes, Standards and Regulations. This SIR is for full and open competition. EVALUATION CRITERIA: Each potential vendor will be evaluated on the information provided in response to this 1st SIR. Firms should ensure that the information provided is true and sufficiently complete so as not to be misleading nor require additional clarification. Firms will be rated and evaluated based on the following Key Discriminators (KD) listed in descending order of importance, governed by its basis of evaluation: BASIS: Acceptable/Not-Acceptable KD001 - Financial Capability Firms shall prove that they have sufficient financial resources/rating required to complete the above project. The following information shall be provided: 1. Insurability to show evidence that you are able to obtain sufficient insurance. 2. Provide credit history and/or current financial statement of company, to include letter from Bank and Credit references. BASIS: Firms will need to obtain a total score of 80% or better in the following Key Discriminators. KD002 - Technical Experience/Capability (60%) (Submit SF 330) Firms shall demonstrate the following: 1. Firms must have a minimum of Five (5) Years Experience in Engineering Consulting Projects. 2. Firms shall show evidence of a substantial history of similar design work, construction management, inspection and commissioning activities at PA of NY and NJ. 3. Firms experience shall specifically include design activities focused on theInstallation and Commissioning of High Intensity Approach Lighting Systems, related to FAA design criteria, short circuit and arc fault analyses associated with such systems. 4. Firms must list past projects for power services including approach lighting systems and the successful completion of related Tenant Alteration Applications to the Port Authority. Design services experience shall specifically include the development of High Voltage Switchgear contract design documents for power services infrastructure directly owned by the Port Authority or connected to the Port Authority's airport power grid; including inclusion of staging requirements. KD003 -Past Performance (40%) (Submit SF 330) Please provide a list of at least Five (5) Projects completed during the past five (5) years similar in complexity and scope to above capability statements. Supply three (3) 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.2.Contract Number.3.Contract Description.4.Total Contract Value.5.Owner's Representative name and telephone number and two (2) references from the owner or the owner's representative for each project. Past Performance Sub-Factors are as follows: 1. Quality of Product or Service: compliance with contract requirements and accuracy of Reports.2. Timeliness of Performance: net 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 services. REQUIRED SUBMISSIONS All questions must be in writing and submitted to: cathy.detoma@faa.govTelephone number (718) 553-3078. Contractors are required to submit all information as stated above on Standard Form 330, Architect-Engineering Services and submit a Business Declaration Form (attached). BASIS FOR AWARD This is a Best Value Procurement. Financial Capability, Technical Experience/Capability, Past Performance and Cost will be used for the basis of award. This Screening Information Request (SIR) is the first step in qualifying potential offerors for the contract award. Contractors who qualify under this SIR will receive the Request for Offer (2nd SIR). The Government reserves the right to award on initial offers without discussions or to conduct one on one discussion with one or more offers. The Government is seeking offers that provide the best combination of quality and price in order to select the greatest value or "Best Value" offer. Therefore, award may be made to other than the lowest price offered. Closing Date for receipt of qualifications is COB 3:30 PM, EST on March 18, 2010. Please refer to SIR Number DTFAEA-10-R-JFKLG when responding. Offerors wishing to submit their qualifications should do so through the U.S. Postal Service, Certified and Registered Mail, Special Delivery or Overnight Mail. Please address correspondence to: DOT/Federal Aviation Administration1 Aviation PlazaJamaica, New York 11434ATTN: Catherine De Toma, Contracting Officer, ASO-52NYTel: (718) 553-3078Fax: (718) 995-5685Email: cathy.detoma@faa.gov DUE TO STRINGENT SECURITY PROCEDURES AT THE FAA FACILITIES, HAND DELIVERED QUALIFICATIONS WILL NOT BE CNSIDERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/ER/9207/listing.html)
 
Record
SN02083458-W 20100306/100304235248-bd8df4c98214707a37b6c880ca08116a (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.