Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOURCES SOUGHT

99 -- Design, Fabricate shelter for Walker Field Airport facility in Grand Junction,CO

Notice Date
5/31/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-11-R-00161
 
Response Due
6/14/2011
 
Archive Date
6/29/2011
 
Point of Contact
Peggy Cuddie, 425-227-2445
 
E-Mail Address
peggy.cuddie@faa.gov
(peggy.cuddie@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
In accordance with the Federal Aviation Administration's Acquisition Management System, 3.2.1.2.12, the Western Service Area, Acquisition Management Group, is announcing a solicitation for competitive offers to perform the subject project. The FAA intends to award a firm-fixed price contract for the Design, fabrication and delivery of one (1) 12' X 20' generator shelter for Walker Field Airport facility in Grand Junction, CO. Contractor must furnish all labor, materials (except Government furnished equipment), services, equipment, insurance, bonds, licenses, permits, and fees in accordance with applicable federal, state or local regulatory requirements to complete the specified work. Any miscellaneous labor, equipment or materials not specifically detailed or specified, but required to complete the project, must be provided as an integral part of the work. Contractor must have no less than five (5) years experience in Design, Fabrication and installing steel shelters to the FAA, Wiring all components and associated equipment and be capable and experienced in transporting shelters to active airports using specialized trucks, trailers and cranes. The contractor MUST be regularly engaged in the fabrication of shelters with existing plant facilities equipped for year around shelter manufacturing. Contractor must use skilled personnel who have been regularly engaged in this type work. Where required by local regulations, personnel shall be properly licensed to perform categories of work involved. Electrical component installation, including conduit and conductors, terminations and splices shall be performed by a qualified electrician. Contractor shall supervise all work to assure quality of construction and maintain work on schedule. Time: 45 Calendar Days Estimated Cost: Between $75,000 - $100,000 NACI: 236311 Size Standards: 500 employees 100% SMALL BUSINESS SET ASIDE. This requirement is 100% Set-aside for small business concerns. To be considered for award of this project, the contract must be currently registered in the Central Contractor Registration (CCR) database (website: www.ccr.gov) Potential offerors should download all the applicable documents from this posting. No hard copy mailing will be provided. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visithttp://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. 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 individuals, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFAWN-11-R-00161/listing.html)
 
Record
SN02459910-W 20110602/110531234041-088de7d079f732e64581670bdb02f5f8 (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.