Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
MODIFICATION

J -- Elevator Maintenance Services at the Hartsfield-Jackson Atlanta International Airport Air Traffic Control Tower

Notice Date
5/14/2019
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ 510 ES - Eastern Logistics Service Area (Eastern)
 
ZIP Code
20591
 
Solicitation Number
697DCK-19-R-00040
 
Response Due
6/3/2019
 
Archive Date
6/3/2019
 
Point of Contact
Valerie Sanders, valerie.ctr.sanders@faa.gov, Phone: 404-305-5791
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-580 ATL, College Park, Georgia has a requirement for Elevator Maintenance services at the Hartsfield-Jackson Atlanta International Airport, Atlanta Air Traffic Control Tower, 1106 MH Jackson Service Road, Atlanta, GA and is issuing a Request for Proposal (RFP) from eligible interested Offerors. PERIOD OF PERFORMANCE: The anticipated period of performance is: Base Year: 09/01/2019- 08/31/2020 Option Year 1: 09/01/2020- 08/31/2021 Option Year 2: 09/01/2021- 08/31/2022 Option Year 3: 09/01/2022- 08/31/2023 Option Year 4: 09/01/2023- 08/31/2024 For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the small business size standard is $7.5 million average annual receipts over the past 3 fiscal years. The estimated cost magnitude is less than $150,000.00. This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using the Tiered Evaluation Method, as described in Part IV “ Section M, Evaluation Factors for Award. SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect the Site where work is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Therefore a Site Visit has been scheduled for 30 April 2019 at 12pm EDT -local time. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit to Craig Moses see the POC info below: POC Name: Craig Moses Address: 1701 Columbia Ave College Park, GA 30337 Telephone: (Cell) 404 273 3245 Note: Please contact Craig Moses at craig.moses@faa.gov with your Company ™s Name, phone number and a list of attendees at least one day prior to the appointed time. *******IMPORTANT- Failure to coordinate attendance in advance with FAA POC will result in denial of site access.**************** Information provided at the site visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process. Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). Proposals can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: Delivery address: Eastern Service Area, AAQ-580ATL, 1701 Columbia Avenue College Park, GA 337 Attn: Valerie Sanders All proposals must be sealed and labeled as follows: RFP- 697DCK-19-R-00040 Proposal due date: 3 June 2019- NLT 12:00 PM Eastern Day Light Time Submissions must be submitted via CD-ROM (one (1) copy) and 1 hard copy - hard copies shall be in three-ring binders. No fax or email copies of Proposals will be accepted. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Offerors submitting proposals by hand-delivery will need to allow sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. Please refer all questions in śwriting ť only to valerie.ctr.sanders@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 13 May 2019, 3:00 PM EST. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments via E-Mail to valerie.ctr.sanders@faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing within seven (7) business days on the FAA Contract Opportunities website to all potential Offerors. Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified. This RFP 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 requested proposal documentation. 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 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 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/33211 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/ER/697DCK-19-R-00040/listing.html)
 
Record
SN05311507-F 20190516/190514230106 (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.