Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOURCES SOUGHT

99 -- Phase III Asbestos Abatement And Selective Building Demolition of the Automation Wing Second Floor (AWR-2), Albuquerque ARTCC, Albuquerque, NM

Notice Date
3/9/2012
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-00080
 
Response Due
3/14/2012
 
Archive Date
3/29/2012
 
Point of Contact
Carla Brawley, 817-222-4331
 
E-Mail Address
carla.brawley@faa.gov
(carla.brawley@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business remediation contractors interested in providing offers for this project. Demolition includes removal of asbestos and lead containing materials, architectural finishes, and non-load bearing walls to accommodate future building modifications in the AWR 2nd Floor. The project also includes demolition and removal of main air handling units and existing lighting and power configuration located in the unoccupied areas of the 2nd Floor. Plumbing demolition includes complete removal of all urinals, sinks, water closets and all associated piping. Roofing demolition includes removal of all roof-mounted components including curbs, in order to expose all fireproofing for complete removal. This work will be performed next to a critical area of The Federal Aviation Administration's air traffic control within a vital air traffic control center. This project contains extensive risk mitigation procedures designed to avoid water damage to crucial air traffic equipment located in the basement area. All work must be coordinated in order to maintain an operational facility, 24 hours, 7 days per week. All work shall be in accordance with the plans and specifications. 1. This project is a total set-aside for Small Business Concerns. 2. Estimated contract duration is 90 calendar days. 3. The North American Industry Classification System (NAICS) is 562910, Remediation Contractors. The small business size standard is: $14 Million.4. The estimated offer range for this project is between: $750,000.00 to $1,500,000.005. The contractor receiving award is expected to perform at least 15% of the work utilizing their own employees.6. A mandatory site visit will be conducted the week of April 9, 2012. The date, time, location, and point of contact will be provided with the solicitation package. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a. Complete and return the attached Business Declaration and Document Security Notice to Prospective Offerors. b. Complete and return the Specialized Experience Information Document(s) Offerors must have the following minimum experience and provide the following information to substantiate the experience: A listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size ($750,000.00 to $1,500,000.00) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Similar work must include FAA Centers, Towers, or other life-critical facilities, i.e. hospitals. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. The information provided will also be used as part of the responsibility determination. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994 OR e-mail them to Carla.brawley@faa.gov, no later than 4:30 PM (Local Time), March 14, 2012. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-12-R-00080/listing.html)
 
Record
SN02693160-W 20120311/120309235035-fda276c11dcb16e4ff9999e09e8f8e4d (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.