Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOURCES SOUGHT

99 -- Tower Construction and Site Upgrade For Backup Emergency Communications/Remote Transmitter/Receiver Facility At Stinson Municipal Airport, San Antonio TX

Notice Date
12/8/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00025
 
Response Due
12/22/2010
 
Archive Date
1/6/2011
 
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 tower construction and site upgrade for backup emergency communications/remote transmitter/receiver facility at Stinson Municipal Airport, San Antonio TX The work includes but is not limited to the following: This project includes the installation of one new 40 foot rectangular self-supporting steel tower and the upgrade of three existing 40 foot antenna towers at the Federal Aviation Administration (FAA) Remote Transmitter/Receiver (RTR) Facility at Stinson Municipal Airport, San Antonio, Texas. The project construction work includes but is not limited to:a. Asbestos abatement and re-tiling of building floor space.b. Installation of one GFM 40 foot antenna tower including foundation, conduits and coaxial cables, stainless steel junction boxes, hardware, and double LED obstruction light, power convenience outlet and schedule 80 PVC conduit.c. Installation of one underground quazite vault as shown on plans.d. Installation of new lightning protection and grounding system for building and all towers.e. Installation of new electrical distribution panel for building.f. Installation of new Telco boxes, concrete pad, and conduit run to Telco pedestal.g. Installation of 2 inches to 3 inches depth of new gravel to site to create a 40 foot x 30 foot parking area and 10 foot wide driveway as shown on plans.h. Trenching and the removal of old conduits, cables, junction boxes, and any associated hardware from three existing towers.i. Installation of new schedule 80 PVC conduit runs and coaxial cables, new stainless steel junction boxes and tower hardware to existing antenna towers.j. Repairing masonry and painting associated with the removal louvers and sealing of associated openings at building.k. Backfilling, grading, and restoring/re-graveling areas disturbed during construction.l. Hauling away all debris from site and restoring site to preconstruction conditions.The Contractor will also be required to maintain positive drainage all around building. Contractor will be responsible for removal and proper disposal of all debris from site. All work shall be in accordance with the plans and specifications. 1. The solicitation will be available to qualified Offerors on/or about January 5, 2011. 2. Contract performance time is 60 days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 237130 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 $100,000.00 and $250,000.00. 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 work sheets. 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 must ensure to address their experience with asbestos abatement. Offerors are encouraged to fully complete the experience form in accordance to this paragraph to be considered responsive. Missing or lacking information will results in a No-Go and the 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) and have NAICS code of 237130 prior to 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 close of business on December 22, 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/DTFACN-11-R-00025/listing.html)
 
Record
SN02340754-W 20101210/101208234223-e42a4b61f4afb83589badfa2892f7267 (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.