Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
DOCUMENT

Z -- SIR/RFO DTFAAC-17-R-02323 Miscellaneous Mechanical Construction Services - Attachment

Notice Date
12/8/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-811 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
Solicitation Number
DTFAAC-17-R-02323
 
Response Due
12/13/2016
 
Archive Date
12/13/2016
 
Point of Contact
Casey Davis, casey.davis@faa.gov, Phone: 405-954-7897
 
E-Mail Address
Click here to email Casey Davis
(casey.davis@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment#2 documents added 12/08/2016. Revision #3 posted 12/07/2016: a. The FAA is extending the due date to 10 am Central Time Tuesday, December 13, 2016. b. The FAA is reducing the number of Past Performance Surveys (Attachment 9) to minimum of 3 / maximum of 5. c. The FAA is reducing the number of Past Performance Surveys valued at over $500,000 to 2. Documents reflecting these changes will be posted tomorrow December 8, 2016. End of Revision #3. Revision #2 posted 12/06/2016: a. Post Site Visit attendee list (1 page) b. Post Chapter 33 Construction Safety Chapter (9 pages). End of Revision #2 Amendment #1 posted 12/02/2016: Q&A Added. Revision #1 posted 11/14/2016 Adding Site Visit Information A site visit for Project #2012-018539 CAI Replace AHU2-5 will be held at 2:00 PM (Central/Oklahoma Time) Monday, November 21, 2016. Please meet at MMAC Building #13 CAI (Civil Aeromedical Institute) Room B53. All visitors must check in at the Security Command Center (SCC) Building #230. Notify security you are attending a construction pre-bid site visit. Casey Davis, Contract Specialist, will check you in. End of Revision #1 THIS ANNOUNCEMENT IS BEST VIEWED/DOWNLOADED FROM FAA CONTRACT OPPORTUNITIES WEB SITE, HTTPS://FAACO.FAA.GOV, KEYWORD: 17-R-02323. THIS PROCUREMENT IS A 100% SET-ASIDE FOR COMPETITION LIMITED TO ELIGIBLE: (1) SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESSES, (2) SOCIALLY AND ECONOMICALLY DISADVANTAGED BUSINESSES [8(a)] CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION, AND (3) OTHER SMALL BUSINESSES LOCATION OF PROJECTS: FAA, Mike Monroney Aeronautical Center (MMAC), 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169. DESCRIPTION OF WORK: Miscellaneous mechanical construction services are required, throughout the term of the contract, for alteration, extension, conversion, and/or modernization of existing facilities, as well as new construction. These services will be required for commercial, industrial, and utility type of facilities located at the Mike Monroney Aeronautical Center. Contractor shall provide all labor, materials, and equipment required for all work as described in the applicable contract documents. Multiple contract awards are contemplated. Each contract will be for a 1-year base period, with four 1-year option periods to be exercised at the sole discretion of the Government. Task orders will be placed against the contracts to fund construction projects throughout the year. Requirements under these contracts can range from $2,000-$750,000 each. It is estimated that $9.2 million in task orders will be issued under the mechanical construction multiple award contracts over five years. As customers often require projects to be completed in an expedited manner, site visits may be scheduled within 3 days (or less) of issuance of Task Order Request for Proposals (TORFP). Contractors must be able to respond to requests for meetings, site visits, TORFPs, task order mobilization, etc. with very little notice. Typical response time for task order proposals is 5 “ 14 days. Regular meetings between contractors and the FAA will be scheduled at the post-award conference for each Task Order. Expedited competitive procedures; e.g., rapid turn-around times (TAT)/completion dates, generally under 5 days, will be utilized for projects estimated to be less than $9,000. The NAICS code applicable to this requirement is 238220 - Plumbing, Heating and Air-Conditioning Contractors, small business size standard, $14 million. Your attention is directed to Sections L and M of SIR/RFO DTFAAC-17-R-02323 for instructions for preparation and submission of proposals. The SIR includes a technical evaluation process that will comprise of multiple evaluation factors; i.e., past performance information, key personnel, and geographic location. Offerors are required to provide Past Performance Surveys to customers/contractors who are familiar with the work ethic, standards, performance, and deliverables demonstrated through previous or ongoing contracts of a similar nature [Provision L.11 (d).] Offerors will complete part 2 of the Past Performance Surveys and then provide the surveys to their customers, who will in turn complete part 3 and 4 and return the surveys directly to the Contract Specialist by the due date specified on the surveys. Past Performance Surveys must be submitted directly to the Contract Specialist. Surveys received after the established due date may not be evaluated. Offerors will submit a price proposal for a Sample Project, WO#2012-018539 CAI Replace AHU2-5, to be utilized in determining price realism and reasonableness. [See Section L, Provision L.11 (f).] ALL QUESTIONS REGARDING THE SOLICITATION OR SAMPLE PROJECT MUST BE RECEIVED IN WRITING (CASEY.DAVIS@FAA.GOV) NO LATER THAN 4:00 P.M. CST ON NOVEMBER 29, 2016, TO ALLOW FOR RESPONSES TO BE PROVIDED PRIOR TO DUE DATE FOR RECEIPT OF PROPOSALS. In accordance with AMS Clause 3.2.2.3-41, incorporated in the SIR/contract, prime contractors must perform, using their own organization, work equivalent to at least 15% of the total amount of work under the contract (task orders) on site. All contractors are responsible for any necessary licenses and permits, and comply with any Federal, state, and municipal laws, codes, and regulations applicable to the work, at no additional expense to FAA. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers. Reference AMS Clause 3.3.1-33, paragraph (d), œif 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. 8(a) companies shall provide a copy of their Oklahoma SBA 8(a) certification letter, as evidence of eligibility. Proposals must be received by the FAA, Bid and Proposal Officer (AAQ-800), 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169, no later than 2:00 p.m. CST, Thursday, December 8, 2016. Hand-carried proposals (or proposals sent by overnight delivery) shall be delivered to Room 313 of the Multi-Purpose Building located at 6500 S. MacArthur Boulevard, Oklahoma City, Oklahoma 73169. Proposals must be sealed and labeled as follows: SIR/RFO No. DTFAAC-17-R-02323; due 2:00 p.m. CST, Thursday, December 8, 2016. AS MULTIPLE COPIES OF THE TECHNICAL PROPOSAL ARE REQUIRED, EMAIL PROPOSALS ARE NOT AUTHORIZED. ELECTRONIC COPIES SHALL BE SUBMITTED VIA CD/DVD-ROM OR USB FLASH DRIVE WITH NO.ZIP FILES. [SECTION L, PROVISION L.12 (c).] 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, Thursday, December 8, 2016, 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 Contract Specialist, Ms. Casey E. Davis, casey.davis@faa.gov. Note: 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 or http://osdbuweb.dot.gov/mrc_services/shortTermLendingProgram.cfm 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/26163 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-17-R-02323/listing.html)
 
Document(s)
Attachment
 
File Name: Contractor's Release (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73011)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73011

 
File Name: Standard Form (SF) 25A, Payment Bond (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73012)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73012

 
File Name: Screening Information Request (SIR) (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73013)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73013

 
File Name: Drawing: 12-018539 CAI Replace AHU2-5 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73014)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73014

 
File Name: Wage Rate Decision OK160049 09.02.2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73010)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73010

 
File Name: Past Performance Information Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73019)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73019

 
File Name: Operational Control Documents Combined (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73008)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73008

 
File Name: Chapter 33 Construction Safety Chapter (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73009)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73009

 
File Name: Table of Contents 06.01.2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73006)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73006

 
File Name: Specifications: 12-018539 CAI Replace AHU2-5 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73015)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73015

 
File Name: Statement of Work (SOW) 06.01.2016 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73007)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73007

 
File Name: Client Authorization Letter (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73016)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73016

 
File Name: Standard Form (SF) 25, Performance Bond (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73017)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73017

 
File Name: Proposal Form CAI Replace AHU2-5 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/73018)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73018

 
File Name: Amendment A001 complete (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73041)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73041

 
File Name: Past Performance Survey (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73023)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73023

 
File Name: Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73022)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73022

 
File Name: Amendment 2 documents (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73042)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73042

 
File Name: Q&A DTFAAC-17-R-02323 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73021)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73021

 
File Name: Pre Bid Site Visit Attendee List (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/73020)
Link: https://faaco.faa.gov/index.cfm/attachment/download/73020

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04347065-W 20161210/161208234456-9f4c64095a9e67c915babad6e3d929d3 (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.