Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOURCES SOUGHT

99 -- DTFAWN-11-R-00146 Refurbish Redding ATCT, CA

Notice Date
9/8/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A ANM - Northwest Mountain
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-11-R-00146
 
Response Due
9/23/2011
 
Archive Date
10/8/2011
 
Point of Contact
Pat Vikesland, 425-227-2863
 
E-Mail Address
pat.vikesland@faa.gov
(pat.vikesland@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
I.Purpose:The purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the FAA with the best value. The FAA has appointed an Source Evaluation Team (SET) who will evaluate each response received and make a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. All offerors that are eliminated from the competition will be notified in writing. Written responses to this SIR are due by close of business (12:00 p.m. Pacific Daylight Time) on Sept. 26, 2011. TIERED EVALUATION. A tiered evaluation of offers will be used in source selection for this contract, and 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 The North American Industry Classification System (NAICS) code is 236210. For this code a small business is defined as a concern, which has annual average gross revenue of $33.5 million dollars or less during the last three fiscal years. II.Project Scope: See Attached Summary of Work. The magnitude of construction is from $150,000 - $200,000. The government contemplates award of a firm fixed price contract. Period of performance is 90 calendar days after official notice to proceed. There shall be no on-site work allowed during the following timeframes: Friday, November 18, 2011 4 p.m. PST to Monday, November 28, 2011, 12:00 a.m.PST. Friday, December 16, 2011 4 p.m. PST to Monday, January 3, 2012, 12:00 a.m.PST. Special project procedures will be required to ensure security and safety while working within the ATCT III.Evaluation criteria: Prospective offerors are required to submit a technical proposal as discussed herein. Proposals will be technically evaluated as either "acceptable" or "not acceptable" on the basis of the following criteria. a)Prime Contractor and Electrical Sub-contractor qualificationsb)Prime Contractor and Electrical Sub -contractor past performancec)Qualifications of key personnel 1. Offerer's Experience and Past Performance Successful completion and favorable performance references from minimum five similar construction projects of equal or greater complexity and size within the last five years. 2. Electrical Subcontractor's Experience and Past Performance (if the Offerer is not an electrical contractor)Successful completion and favorable performance references from minimum five similar electrical projects of equal or greater complexity and size within the last five years. 3. Key Personnel Project Manager and Site Superintendent qualifications: Each individual must have a minimum of seven years experience in similar positions and a minimum of similar positions on five projects of equal or greater complexity and size. Any proposal determined to be "not acceptable" in any evaluated area, criteria, or sub-element thereof, will render the entire proposal to be unacceptable and therefore rejected from further consideration. One-on-one discussions may be held, at the option of the Government, with one or more offerors, as determined necessary by the Contracting Officer, to clarify statements, resolve issues and omissions, etc. IV. Availability of funds:Funding for the subject project is not available at this time. The government's obligation under the subject SIR is expressly contingent upon the availability of appropriated funds for each phase from which payment can be made. Offerors are hereby advised that no liability on the part of the government shall arise for proposal costs. V. Technical Proposal Content (3 copies):(a) A prospective offeror will submit a complete technical proposal, which will encompass, but is not limited to, the content set forth herein. All technical proposal areas will be fully addressed. Any omission or partial and vague responses may lead to the rejection of the offerors proposal without discussions with offeror. The government reserves the right to use and evaluate any and all available information pertinent to any offeror and its subcontractors, in addition to the data incorporated in the submitted technical proposal, and which may be related to performance periods beyond the last three (3) years. (b) Provide a complete list of all proposed and potential subcontractor(s) who may perform on the subject contract. Government evaluation and award will be based in part upon experience and proficiency of the named subcontractors; it is expected and required that these subcontractors work on the subject contract. The resulting contract terms and conditions will state that any changes (i.e. designation of subcontractors or scope of work to be performed) will require the advance written approval of the Contracting Officer. (1)For each subcontractor state the following:Company nameAddressPhone and FAX numberContact personScope of work planned (c) Mandatory qualifications: The following qualifications will be rated Acceptable/Unacceptable. A rating of Unacceptable in any single area will render the offeror disqualified. (a)Prime Contractor Past performance/ Qualifications (b)Electrical Sub-contractor past performance/qualifications (c)Qualifications of key personnel A prospective offeror must submit a complete technical proposal that encompasses, but is not limited to, the content set forth herein. All qualifications criteria must be fully addressed. 1. Offerer's Experience and Past Performance For each project used to demonstrate that the Offerer meets or exceeds the evaluation criteria, provide at a minimum the following information: a. Project title, description, location, and contract number, if applicable.b. Dollar value c. Start date (month and year is sufficient information).d. Completion date (month and year is sufficient information).e. Owner's name, address, and contact person (name and phone number) who was in responsible charge for the Owner, with the understanding that the FAA can contact the contact person for reference and information regarding the Contractor's performance.f. Scope of construction work performed. 2. Electrical Subcontractor's Experience and Past Performance (if the Offerer is not an electrical contractor) For each project used to demonstrate that the electrical subcontractor meets or exceeds the evaluation criteria, provide at a minimum the following information: a. Project title, description, location, and contract number, if applicable.b. Dollar value c. Start date (month and year is sufficient information).d. Completion date (month and year is sufficient information).e. Owner's name, address, and contact person (name and phone number) who was in responsible charge for the Owner, with the understanding that the FAA can contact the contact person for reference and information regarding the Contractor's performance.f. Scope of construction work performed. 3. Key Personnel For the proposed Project Manager and the proposed Site Superintendent, provide the following information that demonstrates that the Offerer meets or exceeds the evaluation criteria. Name and proposed project role. Number of years of experience in roles similar to the proposed role. Number of years working full time for the Offerer. If the key person performed one of the required roles on the projects listed in "Item 1. Offerer's Experience and Past Performance" above, state the project and key person's role. For other projects:a. Project title and description, location, and contract number, if applicable.b. Dollar valuec. Key person's role.d. Start date (month and year is sufficient information).e. Completion date (month and year is sufficient information).f. Owner's name, address, and contact person (name and phone number) who was in responsible charge for the Owner, with the understanding that the FAA can contact the contact person for reference and information regarding the key person's performance.g. Scope of construction work performed. Any Offeror determined to be "not acceptable" in any mandatory criteria shall render the offeror to be disqualified and therefore rejected from further consideration. The government may reject any and all offerors and waive informalities or irregularities in submitted documents. The government reserves the right to consider any references or items or past performance and not be limited to those for similar projects or only to those submitted by the offeror. One-on-one discussions may be held, at the option of the government, with one or more offerors, as determined by the Contracting Officer, to clarify submitted materials, resolve issues, and/or omissions. However, the offeror is advised that the Government reserves the right to accept or reject offerors without discussions. Offerors should ensure that their submissions are complete and accurate. Failure to submit required information may result in rejection in accordance with AMS guidelines. Offerors determined to be qualified will be provided a hyperlink in order to download the terms, conditions, specifications and plans to develop cost proposals for consideration in Phase Two of the evaluation See para VIII. VI.Directions for submission of Technical Proposal (a) Directions for submitting proposals: Offerors wishing to submit a proposal through the U.S. Postal Service, Certified and Registered mail, Special Delivery, or U.S. Postal Express Mail will be addressed to: FEDERAL AVIATION ADMINISTRATIONACQUISITION MANAGEMENT BRANCH, ANM-521601 LIND AVENUE SWRENTON, WA 98057-3356Attn: Patricia Vikesland (b)Hand delivered proposals: Proposals that are delivered by hand or other types of express delivery services (i.e. Commercial Carrier, e.g. Federal Express, United Parcel Service, Airborne Express, etc.) will be hand delivered to: FEDERAL AVIATION ADMINISTRATIONACQUISITION MANAGEMENT BRANCH, ANM-52CUSTOMER SERVICE CENTER 1st FLOOR1601 LIND AVE. SWRENTON, WA 98057-3356Attn: Patricia Vikesland FACSIMILE PROPOSALS, MODIFICATIONS, OR WITHDRAWALS ARE NOT AUTHORIZED FOR THIS SOLICITATION, AND WILL NOT BE CONSIDERED. (c)Due date for receipt of proposals. Proposal will be submitted to the designated office not later than close of business (4:00 p.m. Pacific Daylight Time), September 26, 2011. VII. Changes to the SIR.Offerors are hereby advised that any changes (if any) to the subject SIR will be promptly posted to the applicable FAA Internet web page at: http://faaco.faa.gov/ and complete adherence to the published changes is required. VIII. Procurement Process. (a)Phase I - Screening Information Requests (SIR). Review and evaluation of each offeror's technical proposal. A submitted technical proposal will be deemed to be either "acceptable" or "not acceptable". The Contracting Officer will promptly notify results of the evaluation to each offeror in writing. (b)Phase II - Request for Offer (RFO). Issuance of the solicitation documents. Those offerors with "acceptable" proposals in response to this SIR will be given access to a FAA hyperlink to download the plans and specifications, and contract terms and conditions for bidding purposes. TIERED EVALUATION OF PROPOSALS: A tiered evaluation of offers will be used in this source selection. 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. Once offers are received the FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. 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, combining offers from all previously considered tiers until award can be made. The tiered order of precedence for considering offers is (from first to last): a) Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) program. b) Service-disabled veteran owned small business (SDVOSB). c) Small business. d) Other-than small business (c)Award review and selection. Subject to availability of funds, contract award may be made to the responsible offeror presenting the lowest priced technically acceptable proposal. 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 visit http://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. IX. Applicable FAA Clauses 3.1-1Clauses and Provisions Incorporated by Reference (December 2005) This screening information request (SIR) or contract, as applicable, incorporates by reference the provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses"). 3.2.2.3-1False Statements in Offers (July 2004) 3.2.2.3-6Submittals in the English Language (July 2004) 3.2.2.3-7Submittals in U.S. Currency (July 2004) 3.2.2.3-11Unnecessarily Elaborate Submittals (July 2004) 3.2.2.3-12Amendments to Screening Information Requests (July 2004) 3.2.2.3-13Submission of Information/Documentation/Offers (July 2004) 3.2.2.3-14Late Submissions, Modifications, and Withdrawals of Submittals (July 2004) 3.2.2.3-16Restricting, Disclosing and Using Data (July 2004) 3.2.2.3-17Preparing Offers (July 2004) 3.2.2.3-18Prospective Offeror's Requests for Explanations (February 2009) 3.2.2.3-19Contract Award (July 2004) 3.2.2.3-72Announcing Competing Offerors (July 2004) 3.13-4Contractor Identification Number - Data Universal Numbering System (DUNS) Number (April 2006) 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-00146/listing.html)
 
Record
SN02566926-W 20110910/110908235616-7381a72501f2a4edfd9ebfe73811c19d (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.