SOURCES SOUGHT
99 -- ASSEMBLY OF 25L MALSR SYSTEM, 7R LOC BUILDING, AND 25R PAPI
- Notice Date
- 2/7/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AWP-52 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFAWN-11-R-01061
- Response Due
- 2/18/2011
- Archive Date
- 3/5/2011
- Point of Contact
- Deana Galloway, 310-725-7548
- E-Mail Address
-
deana.galloway@faa.gov
(deana.galloway@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov. PLEASE READ ALL REQUIREMENTS CAREFULLY BEFORE RESPONDING TO THIS ANNOUNCEMENT. PROCUREMENT METHOD: REQUEST FOR OFFER-SIR POSTING: In accordance with the Federal Aviation Administration's Acquisition Management System, 3.2.1.2.12 (FAAAMS), the Western Pacific Region is seeking competent and qualified 8(a) Contractors interested in providing offers for the installation of MALSRS at the Phoenix ATCT. Work will consist of labor, material, equipment, supplies and transportation required to perform the work in accordance with the scope of work which will be provided with the solicitation. Scope of work in general includes the following but is not limited to: The assembly of the 25L Approach Lighting System, setting the 7R Localizer (LOC) building, installation of the foundation for the 7R Distance Measuring Antennae (DME), setting the 7R Glide Slope (GS) building and antenna mast, and power and control work for the 25R Precision Approach Path Indicator (PAPI) at the Phoenix, Sky Harbor Airport in Phoenix, Arizona. All other requirements will be included in the scope of work. A tiered evaluation of offers will be used in this source selection. The FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible, small business concerns were received. At least two qualified offers in a given tier are required in order to consider an award. If no award can be made at the first tier, the evaluation will proceed to the next higher lettered tier until award can be made. All responsible, competitive offers in a single tier will be considered equally for award. The tiered order of precedence for considering offers is (from first to last):(a)Small business and responsible, competitive offers from the previous tiers.(b)Other-than small business and responsible, competitive offers from the previous tiers. The following criteria will apply: 1. The estimated dollar range for this project is between $100,000.00 to $250,000.002. The offeror must have the financial resources to sustain all contract activities, such as, insurance, bonding, mobilization, equipment, labor and material costs.3. The contractor is expected to perform at least 25% of the work utilizing their own employees.4. The contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov5. Contractor must complete the attached Business Declaration and send with your request. PAST PERFORMANCE: Firm must provide five (5) projects in the last three (3) years demonstrating successful completion of Approach Lighting Systems at a major airport. 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 programs to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individual, and women owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT bonding assistance program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT office of Small and Disadvantaged Business Utilization at (800) 532-1169. To obtain a copy of the solicitation, interested firms are required to submit their request along with the attached Business Declaration, via EMAIL ONLY to deana.Galloway@faa.gov with your name, company name, address, and phone number by FRIDAY, FEBRUARY 18, 2011. Estimated date of mailing the SOLICITATION IS MARCH 14, 2011. SIC:238210- Airport Runway Lighting ContractorsDollar Range:$100,000.00 to $250,000.00Issue Date:02/07/2011Status:OPEN-Closes 02/18/2011 Attachments:Business Declaration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-11-R-01061/listing.html)
- Record
- SN02374493-W 20110209/110207234244-a9c5cb0d7131dd9f845c3e88b5e6e667 (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 |