Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
SOURCES SOUGHT

99 -- Replace Approach Lighting System (ALS) Regulator Building, Runway 10, New Orleans International Airport, Kenner LA

Notice Date
7/13/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-10-R-00069
 
Response Due
7/20/2010
 
Archive Date
8/4/2010
 
Point of Contact
Kathy Snell, 817-222-4657
 
E-Mail Address
kathy.snell@faa.gov
(kathy.snell@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for the work associated with the Replacing the Approach Lighting System (ALS) Regulator Building, Runway 10 New Orleans International Airport, Kenner LA. The work includes but is not limited to the following: Temporarily support as necessary all interior wall-mounted ALSF equipment boxes, electrical panels, duct, conduit, etc. Remove and store window mounted air-conditioning units for re-installation in new building. Remove and dispose of existing wall & ceiling-mounted building support equipment including building power panel, lighting, light switches, electrical outlets, baseboard heaters, ventilation, dampers, fans, and all associated conduit and wiring feeding this equipment. Remove and store (in contractor supplied means of temporary storage) any interior desks, chairs, carts, boxes, etc that need to be moved out of the way during swap out of the buildings. Remove and salvage exterior grounding/lightning protection for re-installation on new building. Splice extensions by irreversible compression connector or cadweld as needed in a matching conductor size to install onto new building. Temporarily support or remove/salvage (above ground level) underground tank vent pipe and reinstall on new building. Extend to same level on new roof as currently on existing building. Cover and protect all interior equipment/panels as necessary to protect from damage/dust during demolition. Remove and dispose of existing building. Install new building, metal panel ceiling, and pre-painted 1/2" full-height plywood interior wall panels with base trim to match existing. Re-connect wall mounted ALS equipment boxes and new accessories/electrical panel to new walls and install new lighting, switches, receptacles, thermostats, heaters, fans, intake dampers, salvaged A/C units, etc. and new conduit and wiring as necessary to power/operate all equipment to match existing. Remove existing exterior concrete entrance pad in front of existing double doors and install new expanded concrete pad to match new roll up door width and constructed to match existing. Extend existing interior concrete ramp to match new roll-up door width. Install new carpet squares in work shop room and re-install/position equipment/furniture to original locations. All work shall be in accordance with the plans and specifications. 1. The solicitation will issue on/or about July 21, 2010. 2. Contract performance time is 21 days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 236220 and the small business size standard is $33.5 Million. 5. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees. 6. The dollar range for this project is between $50,000.00 and $150,000.00. 7. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package. An Offeror must meet the following Go/No-Go criteria in order to receive a solicitation package: (all 2 documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration. 2. Complete and return the Past Performance/Specialized Experience document. Offerors must have the following minimum experience and provide the following information to substantiate their experience. Submit a minimum of three (3) past or current contracts/projects your firm has performed with the same size range and similar in scope to this project (scope of work is described above). All projects submitted, must be in progress or completed within the last five (5) years. Offerors are to ensure that if their work included subcontractors that this information is all provided on the form. Offerors are encouraged to fully complete the experience form in order to be considered responsive. Missing or lacking information will results in a No-Go and Offeror may or may not receive the opportunity to provide additional information. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on July 19, 2010. 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-00069/listing.html)
 
Record
SN02204711-W 20100715/100713235624-09fc704a8e3b3faca304ba3f53d04747 (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.