Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
DOCUMENT

Z -- Remove/Replace Roof for the Memphis ASR-9 Radar Facility, 2491 E. Shelby DR, Memphis, TN - Attachment

Notice Date
7/7/2016
 
Notice Type
Attachment
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN - Eastern Service Area (Atlanta, GA)
 
Solicitation Number
DTFAEN-16-R-00127
 
Response Due
7/8/2016
 
Archive Date
7/8/2016
 
Point of Contact
linda hennequant, linda.hennequant@faa.gov, Phone: 404-305-5458
 
E-Mail Address
Click here to email linda hennequant
(linda.hennequant@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The FAA is seeking responsible contractors interested in providing Offers for Remove/Replace Roof for the Memphis ASR-9 Radar Facility, 2491 E. Shelby DR, Memphis, TN. The Federal Aviation Administration, Eastern Service Area, is conducting a Market Survey/Request for Information to gain understanding of the current marketplace and to identify responsible, capable sources. Responses to this market survey will be used to determine if there is adequate competition to set this requirement aside for 8(a) certified Small Business concerns. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1 for the purpose of soliciting statements of interest and capabilities from interested vendors. This survey will be utilized for acquisition planning, as well as to determine if there are any responsible small businesses capable of performing this project. This Market Survey is for Remove/Replace Roof for the Memphis ASR-9 Radar Facility, 2491 E. Shelby DR, Memphis, TN. All responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals at this time. Presently, the nature of the competition has not been determined. Upon solicitation the FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA ™s 8(a) Program. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received in response to this Market Survey. Therefore, any costs associated with Market Survey submissions will be solely at the interested vendor's expense. SECTION I: DESCRIPTION OF WORK TO BE PERFORMED: Project Description: This project consists of removing the ballast roof from the roof, lay out 2 ť x 6 ť wood nailer around the roof perimeter, then lay out 1.5 ť of iso board with Ľ ťdense deck cover board, and cover with a Fibertite 60 mils, mechanically attached roof system with a 20 year warranty for I-90 system but design should handle 90 mph winds with 20 years roof system warranty. At this time the Specifications and Drawings are not available for posting. The anticipated period of performance is Ninety (90) CALENDAR DAYS. The estimated price range is under $100,000. The applicable North American Industry Classification System (NAICS) code is 238160, Roofing Contractors. This market survey will serve as a market analysis to assist the FAA in determining which procurement method to use. The failure to obtain adequate responses from responsible SBA 8(a) firms may result in the determination to conduct this procurement action under full and open competition. SECTION II “ CAPABILITY STATEMENT: In order to make this determination the FAA requires the submission of the following information from interested vendors: All respondents must provide a Capability Statement that addresses the following (in order): a. Type of services provided by interested firm that demonstrate its ability to perform the services described in the Project Description. b. Services provided under previous contracts that are similar in size, scope and complexity to this effort. Provide detailed information and past performance information for at least three (3) previous contracts including program title, customer name, project dates, project value, customer point of contact, and description of work performed. c. Respondent ™s access to additional resources, skills, subcontractors, etc, if necessary to perform the contract. If subcontracting, teaming, or partnering arrangements are anticipated, those arrangements must be identified, as well as the estimated percentage of the total effort that each subcontractor, partner, or team member will provide of the total effort. d. Copies of certification letters from eligible socially and economically disadvantaged businesses that have been certified by the Small Business Administration (SBA). Response submittals must include the following information : A) Name of company B) Address C) Phone and Fax number D) Point of contact E) Email address F) Business size status: 8(a), Small Business, SDVOSB, VSB, etc. (Return attached Business Declaration Form) G) Verification of registration in the System for Award Management (SAM) H) Any other pertinent information. All responses are to be submitted on company letterhead and limited to a total of (ten) 10 typewritten pages, with font no less than 11 point. Information on pricing is NOT required. However, if vendors submit General information on prices/costs or a commercial/catalog price list, the FAA may use the information for informational purposes only and is NOT binding in any way. OFFER SUBMISSION Electronic submission is preferred. All responses to this market survey must be received by July 7, 2016 12:00 PM ET. The FAA will not be responsible for any failure attributable to transmitting or receiving the Submittal. Your hardcopy Responses may be submitted using the United States Postal Service (USPS) or any commercial mail carrier. Hand delivered responses cannot be accepted. Please refer all questions in śwriting ť only to linda.hennequant@faa.gov. If you do not wish to participate in this procurement opportunity, please provide a negative response. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail in order to be received. 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/24816 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-16-R-00127/listing.html)
 
Document(s)
Attachment
 
File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/67048)
Link: https://faaco.faa.gov/index.cfm/attachment/download/67048

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04174815-W 20160709/160707235733-ca8ad8e9150b589b68a4ed123eef34f2 (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.