Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
DOCUMENT

Y -- MARKET SURVEY -- MMAC Mechanical Construction - Attachment

Notice Date
1/7/2016
 
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
23297
 
Response Due
1/21/2016
 
Archive Date
1/21/2016
 
Point of Contact
Kathleen Islas, kathleen.d.islas@faa.gov, Phone: 405-954-8534
 
E-Mail Address
Click here to email Kathleen Islas
(kathleen.d.islas@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001: THIS MARKET SURVEY IS BEING AMENDED TO EXTEND THE CLOSING DATE TO JAN 21, 2016. THIS PROCUREMENT IS 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE: (1) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(A)], CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION, (2) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES AND (3) OTHER SMALL BUSINESS; LOCATED WITHIN THE STATE OF OKLAHOMA LOCATION OF WORK/PROJECTS: Mike Monroney Aeronautical Center, 6500 S. MacArthur Blvd, Oklahoma City, Oklahoma. This market survey is being issued to assist the FAA in meeting ongoing requirements for miscellaneous mechanical construction services for: alteration, extension, conversion, and/or modernization of existing facilities. This also includes new construction if required. These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center. Contractors shall provide all labor, materials, and equipment required for all work as described in the applicable contract documents. The FAA contemplates multiple contract awards in the following trades: general, electrical, and mechanical. Contract performance period is a one-year base period with three 1-year option periods to be exercised at the sole discretion of the Government. Task orders will be placed against the contracts to fund projects throughout the year. Work requirements under these contracts can range from $1,000 - $750,000 each. It is estimated that $8 million in mechanical and construction task orders will be issued over the course of the entire contract period to include option years. Contract line items will be separate for those requirements that are in excess of $50,000 and those less than $50,000. The Government reserves the right to solicit task order proposals for requirements estimated below $50,000 and for those requirements estimated to exceed $50,000. Offerors can receive a contract for one or multiple contract lines items Requests for task order proposals for projects estimated to be greater than $50,000 will be issued to all contract holders for the specific construction trade, and will be accompanied by detailed specifications and construction drawings Expedited competitive procedures e.g. rapid turn-around times (TAT)/completion dates, generally under 15 days, will be detailed in the contracts for projects estimated to be less than $50,000. Also, projects estimated to be less than $10,000, can be directly awarded by the Ordering Official if needed. Due to urgent requirements and expedited turn-around times, completion of projects, etc. Offerors MUST have a primary location within the state of Oklahoma. All contracts will be 100% set-aside for award to small businesses. This market survey is being issued to encourage interest in the smaller (<$50,000) projects from Service-Disabled Veteran-Owned Small Businesses (SDVOSB); or SBA-certified Socially and Economically Disadvantaged (SEDB) contractors in the 8(a) program. The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1. The government requirements included in this market survey permit contractors that are: (1) certified, under the 8(a) program with the Oklahoma SBA District Office; (2) Service-Disabled Veteran-Owned Small Businesses (SDVOSB) located within the state of Oklahoma, or; (3) a small business located within the state of Oklahoma an opportunity to express and submit interest to work this requirement. Responses to this market survey will be used for informational purposes only. A draft Statement of Work (SOW)with applicable appendices is attached to this market survey for interested vendors to gain a better understanding of specific contract requirements. The North American Industry Classification System (NAICS) codes applicable to these requirements are: - 236220 Commercial and Institutional Building Construction (small business size standard is $36.5 Million) - 238210 Electrical Contractors and Other Wiring Installation Contractors (small business size standard is $15 Million) - 238220 Plumbing, Heating and Air-Conditioning Contractors (small business size standard is $15 Million) Interested firms submitting a response are requested to provide the following information: 1. COMPANY INFORMATION Name and address of company Point of contact (name, title, telephone number, and email address) 2. CAPABILITY STATEMENT This document should identify the following: Type of mechanical and/or construction services provided by your firm State capability to organize, manage, and complete construction projects within established cost and schedule Size and type of services provided on previous contracts Number of years in business Clearly state your capability to meet all requirements of the attached SOW 3. Clearly state your interest in proposing on all contract line items (both less and greater than $50,000) or only one. 4. FAA BUSINESS DECLARATION (Attached and provided as a separate document under this announcement.) SEDB 8(a) interested vendors must provide a copy of their Oklahoma SBA 8(a) certification letter to verify eligibility. Interested firms are asked to submit the attached Business Declaration form and a copy of their SBA 8(a) certification letter, if applicable. Following the market survey and completion of market analysis, the FAA contemplates releasing a Screening Information Request/Request for Offer (SIR/RFO). The SIR will include a technical evaluation process that will comprise multiple evaluation factors to include but not limited to past performance, experience, and key personnel. Sample project scenarios MAY be included in the SIR/RFO in order to permit a price evaluation. All correspondence and responses to this market survey should be received by 4:00 p.m. Central (Oklahoma) Time, Tuesday, Jan 12, 2016. The FAA prefers that all submittals, including attachments, be submitted electronically to the Contracting Officer using the following email address: Kathleen.D.Islas@faa.gov. Please include MARKET SURVEY RESPONSE: Mechanical Construction Services in the subject line of your email. Information provided will not be released however please mark PROPRIETARY on all documents submitted as necessary. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the FAA to acquire these services. No entitlement to payment of direct or indirect costs or charges by the FAA will arise as a result of submission of responses to this market survey and the FAA's use of such information. The FAA is not seeking or accepting unsolicited proposals. 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 (OSDBU), 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/23329 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/23297/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61130)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61130

 
File Name: Statement of Work (SOW) Dec 29 2015 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/61133)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61133

 
File Name: SOW Appendix A - Submittal Example (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61134)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61134

 
File Name: SOW Appendix B - Submittal Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61131)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61131

 
File Name: SOW Appendix C - AMIFM-40001 Division 27 Telecomm Standards (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/61132)
Link: https://faaco.faa.gov/index.cfm/attachment/download/61132

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03985262-W 20160109/160107234404-283603951cf674cbb7bbb071f89c147b (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.