Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
DOCUMENT

Y -- SIR/RFO: CONSTRUCTION-Thomas P. Stafford Building Wall Panel Replacement, Oklahoma City, OK - Attachment

Notice Date
7/24/2014
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-721 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-14-R-03912
 
Response Due
8/20/2014
 
Archive Date
8/20/2014
 
Point of Contact
Connie Houpt, connie.m.houpt@faa.gov, Phone: 405-954-7820
 
E-Mail Address
Click here to email Connie Houpt
(connie.m.houpt@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT BEST VIEWED/DOWNLOADED FROM FAA CONTRACT OPPORTUNITIES WEB SITE, HTTPS://FAACO.FAA.GOV, KEYWORD: 14-R-03912. The Federal Aviation Administration (FAA) has a requirement for Thomas P. Stafford Building Wall Panel Replacement at the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK. All work shall be accomplished in accordance to the project specifications and drawings. The work to be accomplished under this contract consists of furnishing all plant, labor, tools, equipment, materials, and incidentals necessary to complete all work to construct and provide the Owner with a completed project Thomas P. Stafford Building Wall Panel Replacement, Oklahoma City, Oklahoma. The work includes, but is not limited to the following major items: All labor, materials and equipment necessary to replace the existing metal panel façade and glass. Also included in base bid is work associated with overhead walkway, and replacing sidewalk at four (4) main entrances. Bid Alternate 1 includes replacing metal panels and glass at the four (4) main entrances with a glass curtain wall system. Bid Alternate 2 includes construction of four (4) pedestrian entry canopies. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation. Your attention is directed to Sections L and M of SIR/RFO DTFAAC-14-R-03912 for instructions for preparation and submission of proposals. The SIR includes an evaluation of past performance. Offerors are required to provide Past Performance Surveys to customers/contractors who are familiar with the work ethic, standards, performance, and deliverables of the prime/general contractor, as well the following major subcontractors; exterior metal panels demolition, weatherproofing, and metal panel installation; demonstrated through previous or ongoing contracts of a similar nature [Provision L.3(f)(1).] Offerors will complete Page 1 and Page 2, Section A of the Past Performance Surveys and then provide the surveys to their customers, who will in turn complete and return the surveys directly to the Contracting Officer by the due date specified on the surveys. Three (3) to five (5) Past Performance Surveys for each of following; prime/general contractor, exterior metal panels demolition subcontractor, weatherproofing subcontractor, and metal panel installation subcontractor, must be submitted directly to the Contracting Officer. Surveys received after the established due date may not be evaluated. This requirement is 100% set-aside for competition among Small Businesses. The NAICS code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $33.5 million. A pre-proposal conference/site visit will be held on July 31, 2014 at 9:30 a.m. CST in the Thomas P. Stafford Building, conference room 260 at the MMAC, Oklahoma City, OK. All prospective attendees should contact Connie Houpt, Contracting Officer, 405/954-7820, connie.m.houpt@faa.gov, prior to 10:00 a.m. July 30, 2014. Attendees should enter the Aeronautical Center's main west entrance gate on South Regina Avenue and proceed to the Security Command Center just inside this entrance. Guards at the Security Command Center will direct attendees to the Thomas P. Stafford Building. Service trucks will need to enter through the Commercial Entrance on SW 74th Street. ALL QUESTIONS REGARDING THE PROJECT/SPECIFICATIONS/PLANS MUST BE RECEIVED IN WRITING (CONNIE.M.HOUPT@FAA.GOV) NO LATER THAN 4:00 P.M. CST ON AUGUST 13, 2014, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (August 20, 2014). Reference AMS Clause 3.3.1-33, paragraph (d), if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Proposals must be received electronically by the FAA Contracting Officer, connie.m.houpt@faagov, no later than 2:00 p.m. CST, August 20, 2014. A copy of the Proposal Guarantee will be provided electronically with the proposal. In accordance with Section I, Clause 3.4.1-1 Proposal Guarantee, an original, signed Proposal Guarantee shall be submitted by the due date and time for receipt of proposals to the following address: FAA Customer Service Desk (AAQ-700) Room 313, Multi-Purpose Building 6500 South MacArthur Boulevard (Zip 73169) P.O. Box 25082 Oklahoma City, OK 73125-4933 Proposal Guarantees must be labeled as follows: SIR/RFO No. DTFAAC-14-R-03912; due 2:00 p.m. CST, August 20, 2014. All submittals will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Any responses received after 2:00 p.m. CST, August 20, 2014, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contracting Officer, Connie Houpt, connie.m.houpt@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 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." If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/17243 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-14-R-03912/listing.html)
 
Document(s)
Attachment
 
File Name: SIR/RFO DTFAAC-14-R-03912 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42980)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42980

 
File Name: ATTACHMENT 1-PROJECT SPECS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42983)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42983

 
File Name: ATTACHMENT 2-DRAWINGS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42984)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42984

 
File Name: ATTACHMENT 8-BUSINESS DECLARATION FORM (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42990)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42990

 
File Name: ATTACHMENT 9-PAST PERFORMANCE SURVEY (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42981)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42981

 
File Name: ATTACHMENT 10-CLIENT AUTHORIZATION LETTER (docx) (https://faaco.faa.gov/index.cfm/attachment/download/42982)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42982

 
File Name: ATTACHMENT 5-CONTRACTOR'S RELEASE (doc) (https://faaco.faa.gov/index.cfm/attachment/download/42987)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42987

 
File Name: ATTACHMENT 6-OPERATIONAL CONTROL DOCS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42988)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42988

 
File Name: ATTACHMENT 3-PERFORMANCE BOND (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42985)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42985

 
File Name: ATTACHMENT 4-PAYMENT BOND (doc) (https://faaco.faa.gov/index.cfm/attachment/download/42986)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42986

 
File Name: ATTACHMENT 7-DBA WAGE RATE (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/42989)
Link: https://faaco.faa.gov/index.cfm/attachment/download/42989

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03436370-W 20140726/140724235003-d324ea758ffaabe1936564bb0893df4e (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.