SOURCES SOUGHT
99 -- Professional Construction Testing and Inspection Services for the New ATCT & Base Building Cleveland Hopkins International Airport, Cleveland, Ohio
- Notice Date
- 7/12/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-11-R-00256
- Response Due
- 7/20/2011
- Archive Date
- 8/4/2011
- Point of Contact
- Guadalupe Gonzalez, 847-294-7868
- E-Mail Address
-
guadalupe.gonzalez@faa.gov
(guadalupe.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- POSTING:The Federal Aviation Administration (FAA) Great Lakes Region has a requirement for Professional Construction Testing and Inspection Services for the new Cleveland Airport Traffic Control Tower (ATCT) and & base building. The firm will provide labor, materials, travel cost, and equipment necessary to perform professional inspection and testing services as described in the contract documents, testing laboratory services specification, and, in the project drawings and specifications. See Attached SOW for the construction of the Cleveland ATCT and the specification for testing laboratory services. FIRMS MUST DEMONSTRATE POSSESION OF THE FOLLOWING QUALIFICTIONS AS DELINEATED WITHIN THE SPECIFICATION FOR TESTING LABORATORY SERVICES, SECTION 1.03 "QUALIFICATIONS". 1.03 QUALIFICATIONSA. Testing Laboratory will maintain membership in the American Council of Independent Laboratories and comply with ACIL QAM recommendations.B. Testing Laboratory will comply with the appropriate ASTM standards referenced in these specifications.C. Qualifications of Testing Equipment: 1. Testing equipment will be calibrated at maximum 12 months interval by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 2. Submit copy of certificate of calibration, issued by an accredited calibration agency, when requested by the Resident Engineer.D. Competency of the Testing Laboratory personnel: Provide personnel certified through recognized programs, as applicable for the services required. 1. Soils and Foundations: National Institute for Certification in Engineering Technologies. 2. Concrete: National Institute for Certification in Engineering Technologies or similar program local to the Project. 3. Structural Steel: American Welding Society, American Society for Nondestructive Testing, or similar program local to the Project. The work will be performed in strict accordance with the contract specifications. Contract performance time is 770 calendar days. The estimated price range for this procurement is $100,000.00 to $250,000.00. NAICS Code is 541350. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK, AND MUST MEET THE TECHNICAL QUALIFICATIONS. Firms must submit their interest in this project on letterhead and include firm's name, address, phone number, point of contact and e-mail address to the Contracting Officer, Ms. Guadalupe Gonzalez at 847-294-7801 or e-mail Guadalupe.Gonzalez@faa.gov by close of business July 20, 2011. Additionally, complete and return the attached Business Declaration Form along with letter of interest. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.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 a 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/GLR/DTFACN-11-R-00256/listing.html)
- Record
- SN02495619-W 20110714/110712234452-832cb43f3309c119d9304d6251f90cc8 (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 |