Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOURCES SOUGHT

99 -- Replacement of the Building Control System at the CHICAGO TRACON, 1100 Bowes Road, Elgin, Illinois.

Notice Date
11/20/2012
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-13-R-00082
 
Response Due
12/5/2012
 
Archive Date
12/20/2012
 
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
The FAA intends to solicit and award a firm-fixed price contract for REPLACEMENT OF THE Building Control System at the CHICAGO - TRACON, 1100 Bowes Road, Elgin, Illinois. The contractor shall furnish all labor, material, services, insurance permits, equipment, tools, supervision and transportation in accordance with the specifications, drawings and contract provisions. Scope of Work Work under this project includes, but is not limited to, the following: 1. Prerequisites: a) The contractor, after the site visit and during the bidding process, shall have assessed condition of electrical or environmental control wiring being re-used and determine its suitability for re-use. The contractor shall comply with the latest version of the National Electric Code and local codes. Any deficiencies, solutions, and quote for the cost, shall have been presented during in the bidding process and not after. b) The contractor shall provide electrical hazard safety program in accordance to the latest OSHA regulations for the duration of the project. c) The contractor shall comply with current OSHA and local code requirements for safe lift of all equipment. d) The contractor, if necessary, shall provide temporary cooling and heating necessary for the affected area such as to maintain comfort for working personnel and most importantly to keep critical and essential FAA electronic equipment substantially cool. 2. Preparatory Work: a) Contractor shall provide activities paln and coordinate all activities, especially in any Air Traffic work areas affected, with the RESIDENT Engineer (RE) or Contracting Officer's Representative (COR), to minimize impact to air traffic. b) Any connections to and affecting the Fire Alarm Panel shall be coordinated by the Contractor with the current Fire ALARM Panel Servicer. 3. Replace the DDC System with a completely Open DDC System and provide control tie-in to all existing and new HVAC equipment. Replacements activity is preferably done on one subsystem at a time to not interrupt or at worse cause minimal interruption to the area affected. (Activities suggested below may not be in the order they are provided). a) Remove unusable control components and controllers of the existing DDC System. b) Remove unusable control wiring and replace those that require replacement. Reuse conduits as practically possible otherwise run new conduit for new control and power wiring. c) Install all necessary components for the new DDC System. d) The old operator work station will be in operation as well as the new operator workstation until the very last subsystem is wired and is switched-over to the new. e) Provide field tests and performance verification tests for acceptance. 4. Provide monitoring of Engine Generator Control Panel. Submit control drawing for approval and provide "as built" control drawings prior to completion of project. 5. Coordinate with facility's Fire Alarm Panel Servicer for all panel terminations. 6. Test and balance air and water flows as needed, 7. All wiring and grounding requirements shall be per the latest National Electric Code and FAA Specifications C-1217f. Provide new wiring if existing power wiring if required or unsafe. The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 180 calendar days with an anticipated start date of the project is February 2013. The estimated price range for this procurement is between $500,000.00 and $1,000,000.00. NAICS Code is 237990. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov THERE WILL BE A MANDATORY SITE VISIT DATE AND TIME WILL BE ANNOUNCED IN THE SOLICITATION. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS. COMPLETE AND SUBMIT ATTACHED BUSINESS DECLRATION FORM ALONG WITH THE LETTER OF INTEREST. General contractors must submit their interest for subject project on letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact by no later than December 5, 2012, 2:00 p.m. (CST). Please mail your request to Guadalupe R. Gonzalez, FAA, AGL-52, 2300 East Devon Avenue, Des Plaines, IL 60018. Letter of interest may be sent electronically to Guadalupe.gonzalez@faa.gov and Dennis.ctr.shub@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/GLR/DTFACN-13-R-00082/listing.html)
 
Record
SN02935001-W 20121122/121120235004-a73ced705c31b2efd8b447f3990618bd (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.