Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOURCES SOUGHT

99 -- Replacement of Visual Approach Slope Indicator (VASI) with Precision Approach Path Indicator (PAPI) for Runways 16R and 34L at Midland International Airport, Midland TX

Notice Date
8/31/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
9989
 
Response Due
9/21/2010
 
Archive Date
10/6/2010
 
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
NOTICE WHEN RESPONDING TO THIS ANNOUNCEMENT USE THE FOLLOWING*****************Solicitation Number: DTFACN-11-R-00003******************* 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 Replacement of Visual Approach Slope Indicator (VASI) with Precision Approach Path Indicator (PAPI) for Runways 16R and 34L at Midland International Airport, Midland TX. The work includes but is not limited to the following: Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. Install PAPI facilities, including:Furnish and install reinforced concrete foundations and concrete pads around PAPI equipment.Furnish and install Earth Electrode System (EES).Furnish and install conduit and cabling.Furnish and install concrete and crushed rock surfaced access roads.Install Government Furnished PAPI system.Trench and install power cable in armored HDPE duct from existing power sources to the PAPI power and control racks. Remove existing VASI equipment and foundations, and dispose of off airport property. Restore site to match adjacent existing conditions. Install and maintain erosion control measures to protect ditches and inlets. Accomplish other incidental duties to accommodate site peculiar conditions. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. All work shall be in accordance with the plans and specifications. 1. The solicitation will advertise on/or about October 4, 2010. 2. Contract performance time is 60 days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 237310 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 $250,000.00 and $500,000.00. 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 3 documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration. 2. Complete and return the Sensitive Security Information. 3. 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 five (5) 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) with the NAICS code of 237310 before contract award. Contractors can register on-line at http://www.ccr.gov. SPECIAL NOTICE: Solicitation will be posted on FBO with restricted access. Once you have qualified by submitting the required documents (Go/No Go Criteria) you will be added to the solicitation on FBO to receive this project. Should specific individuals within your company require access, provide their names on the security information form. If you have not created an FBO account you will not be able to access the solicitation documents until you have completed the registration process. FBO uses the Central Contractor Registration (CCR) for a portion of the vendor authentication process, Offerors must be successfully registered and designate a Marketing Partner Identification Number (MPIN) in CCR prior to seeking access through FBO. Ensure that you provide the contact information of the person(s) that is to be identified in FBO to receive access to the solicitation. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on September 20, 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/9989/listing.html)
 
Record
SN02261886-W 20100902/100831235609-0c53e6944be55a2e790a37fbfba68795 (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.