Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOURCES SOUGHT

99 -- Replacement of the A/C Unit Systems at the Battle Mountain Air Route Surveillance Radar (ARSR)

Notice Date
12/2/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-52 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWN-12-R-00780
 
Response Due
12/16/2011
 
Archive Date
12/31/2011
 
Point of Contact
Elsa Gonzalez, 310-725-7499
 
E-Mail Address
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This requirement is set aside for small business concernsContractors MUST be qualified to perform work under NAICS Code 238220 (Plumbing, Heating, and Air-Conditioning Contractors) - as a small business per the U.S. Small Business Administration's small business size standards. Average annual receipts may not exceed $14.0 million. Contractors not meeting the criteria described above will be rejected. NOTE: If viewing this announcement from a source other than the FAA Contract Opportunities website, please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued through the FAA Contracting Opportunities Website.Introduction/Description: The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to replace the air conditioning systems at the Battle Mountain ARSR located near Mount Lewis Latitude: 4024'10.50"NLongitude: 11652'03.22"W Site Elevation: 9,627 Feet Work includes but is not limited to the following: Demolition of the four existing wooden construction air conditioner "lean to sheds" (aka: snow covers)Demolition of the existing four packaged air conditioning systems (three 10 ton units and one 4 ton unit), all associated ductwork, electrical feeders and control systems.Demolition of four existing electric heaters, disconnects, control systems, conduit and electrical feeders.Demolition of 560 SF of drop ceiling in the RCAG equipment room.Demolition of quantity: 20 24 x 24 t-bar mounted supply air diffusers.Furnish and install replacement ceiling panels where the existing air diffusers were removed.Furnish and install CU-1 and 2 support structure and snow covers.Furnish and install two new 180,000 btuh split system air conditioners with electric heat.Furnish and install CU-3 snow cover.Furnish and install one new 48,000 btuh split system air conditioners with electric heat.Furnish and install outside air intake duct, return air duct, supply air duct, dampers and actuators, grilles and registers.Furnish and install new circuit breakers.Furnish and install conduit electrical feeders.Furnish and install fused disconnect switches.Furnish and install air conditioning controls exactly as shown on the drawings.Furnish and install controls conduit and electrical feeders.Perform testing and air balance.Provide start up and air balance report for each split system air conditioner.Provide a refrigeration report for each split system air conditioner.Provide new equipment one year warranty. In accordance with the project specifications and drawings. Upon completion, the new air conditioning equipment specified herein or shown on the drawings shall be complete, functional, and ready for use by the FAA. The Government intends to award a firm-fixed price contract to the low priced technically acceptable offer. Contract award will consist of the following evaluation criteria: Past Performance:The offeror must demonstrate successful completion of at least five (5) projects of same or similar magnitude and complexity completed during the last six (6) years. Residential experience will not be acceptable as part of the past performance requirements. Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by December 16, 2011. T3.6.1 - Small Business Development Program (Revision 21, October 2007) Small Business Development 5: DOT Lending Program 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 a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-12-R-00780/listing.html)
 
Record
SN02632801-W 20111204/111202234503-bfd941129ccba9787fdeed6007c58c5d (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.