Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

99 -- Sources Sought for VOR Roofing IDIQ contracts in the Central Service Area.

Notice Date
1/20/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
10345
 
Response Due
2/3/2011
 
Archive Date
2/18/2011
 
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
This is a Sources Sought Notice to determine the availability of potential small business firms for a potential small business category type set-aside. The Federal Aviation Administration in the Central Service Area is conducting market research to determine potential sources having the skills, capabilities, experience and bonding necessary to perform the described work. No award will be made from this Sources Sought. No solicitation, specifications or drawings are available, therefore, do request a copy of a solicitation. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The FAA is seeking to gain knowledge of potential small business sources to perform the roofing replacements for the following type of projects: The Very High Frequency Omni-Directional Range (VOR) facility is a ground-based electronic system that provides azimuth information for both low & high altitude flight routes as well as airport approaches and is a critical component within the National Airspace System. The roofs of these facilities provide the interior equipment both a protective barrier from the elements as well as an electrically reflective surface required for the equipment to operate. Because the VOR must be totally removed from service for the duration of the roof replacement; work should be planned, scheduled, and completed in a manner so as to minimize downtime. VOR roofs consist of a circular roof deck and a centered fiberglass cone antenna shelter which will be required to be removed prior to roofing. The cone is secured to the roof deck. VOR's utilize a system of monitor antennas for operation which are placed around the roof perimeter. Conventional VOR's have 16 monitor antennas which typically attach to the vertical perimeter edge of the roof and can be easily removed for convenience/protection during the roof work. Doppler VOR's have 50 side band/monitor antennas that must remain in place during roof work and will require welding patches/flashing around the base of each antenna. The types of roofing material to be provided will be, but not limited to PVC Single-ply roofing systems with a 20 year full systems warranty, Firestone Rubber Gard Platinum single ply membrane systems with a minimum of 30 year full systems warranty, modified bitumen membrane roof system (Firestone, Owen Corning, Siplast, Tamko, TREMCO, DERBIGUM, Mule Hide) with a roof manufacturer's warranty. The North American Industry Classification System (NAICS) Code is 238160, Roofing Contractors. Small business size standard is $14.0M. The Small Business concern will perform at least 25% of the work with their own forces. The FAA is anticipating award of one or several Indefinite Delivery Indefinite Quantity (IDIQ) contracts for this effort. The aggregate not to exceed amount for the IDIQ contracts for a specified area will be approximately $8.5M. The task orders will range approximately between $30,000 to $60,000. Based on the Sources Sought Notice responses a determination will be made on how the effort will be divided throughout the Central Service area in one, two, or three areas and number of contracts to be awarded and competed amongst contract holders. The Central Service Area is as follows: Great Lakes Region (North Dakota, South Dakota, Minnesota, Wisconsin, Illinois, Michigan, Indiana, Ohio). Central Region (Nebraska, Kansas, Iowa, Missouri). Southwest Region (New Mexico, Texas, Oklahoma, Arkansas, Louisiana). Capabilities Statement: The following requests are designed to inform the FAA of any prospective contractors project execution capabilities. Please provide your response to the following. The submission is limited to 5 pages. 1. Offerors name, address, point of contact, phone number, e-mail address, DUNs Number. 2. Offerors interested in bidding on the solicitation will need to identify the regions that you would be willing to perform this work (Great Lakes Region, Central Region, Southwest Region) or identify the states that you would be willing to perform in. 3. Offerors type of small business. 4. Offerors bonding and insurance capability. 5. Offerors capability to perform a contract of this magnitude and complexity and comparable work performed within the last 5 years in the location area of interest, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples identifying the types of materials/installation performed. The capabilities statement for this sources sought is not expected to be a Request for Proposal or an Invitation for Bid, nor does it restrict the FAA to an acquisition approach, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to these types of projects. Any commercial brochures or currently existing marketing material may also be submitted with Capabilities statement. Submission of capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the FAA in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the FAA nor will the FAA pay for information solicited. All interested contractors should notify this office by email no later than February 3, 2011. Submit responses to kathy.snell@faa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/10345/listing.html)
 
Record
SN02363901-W 20110122/110120234850-f2097c138bbf70b4955e7ef0835fafa4 (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.