Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

Z -- Louisville Standiford Field (SDF) Airport Traffic Control Tower (ATCT) Roof Modernization

Notice Date
1/13/2021 8:15:49 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-21-R-00074
 
Response Due
1/29/2021 9:00:00 AM
 
Archive Date
01/30/2021
 
Point of Contact
LaTonya Warren
 
E-Mail Address
latonya.p-ctr.warren@faa.gov
(latonya.p-ctr.warren@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The purpose of this announcement is to request information necessary for the FAA to evaluate and select contractors that meet the FAA�s minimum qualification requirements for this project. Those contractors that meet the FAA�s minimum qualification requirements will be placed on the prequalified contractors list for this project. Electronic specifications and drawings will be issued to those prequalified contractors with the Request for Proposal (RFP). The FAA is seeking competent and qualified general contractors to perform roof modernization at the air traffic control tower (ATCT) at Louisville Standiford Field (SDF) International Airport in Louisville, Kentucky. Work will include, but not be limited to the following: 1.� Replace cab roofing membrane at the air traffic control tower (ATCT) with EPDM fluid-applied roof�system. 2.� Apply waterproof coating to ATCT catwalk.� The Contractor will be required to provide all labor, materials, supplies, equipment (except Government furnished), supervision and transportation to perform this work in accordance with the specifications and drawings as well as all local, state and federal laws. This is not a Request for Proposal (RFP) and proposals are not being accepted from this public announcement. This work is at critical facilities that must remain operational 24 hours a day, 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The contractor shall comply with all procedures, protocols, rules and regulations of the facility�s authorities including limitations on equipment, allowable work hours and any other possible issues to ensure uninterrupted operations. All work shall be in accordance with the specifications and drawings. 1.� This project is set-aside for Small Business Concerns to Roofing�Contractors.� 2.� The project magnitude for this project is between $100,000 and $250,000. 3.� The estimated total period of performance is approximately 60 days after receipt of the Notice to Proceed (NTP). It is expected that all prime contractors will provide a site superintendent who will remain assigned to this project for the entire duration notwithstanding any unforeseen circumstances. 4.�� A single, pre-proposal site visit will be held. The date, time, location and point of contact will be provided with the solicitation package to those contractors who have been pre-qualified. 5.�� The contractors receiving the award will be required to perform at least 25% of the work utilizing their own employees. 6.�� Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. A POTENTIAL OFFEROR MUST MEET ALL OF THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO PRE-QUALIFY AND RECEIVED THE SOLICITATION PACKAGE: �Using Attachment No. 1, Past Experience History, provide three (3) past or current projects at ATCTs, TRACONs or Enroute facilities of comparable complexity and required coordination. Projects submitted must be between $100,000 and $250,000 and be of similar scope to this project. Scope is described above. Non-FAA projects will not be accepted. Projects submitted must be either in process or within the last eight (8) years. � Complete and return Attachment No. 2, Security Notice to Prospective Offerors. The information provided will also be used as part of the responsibility determination. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Requests must be emailed to LaTonya.P-CTR.Warren@faa.gov no later than January 29, 2021 at 12:00 pm EST. Please place �Attention: SDF ATCT Roof Modernization� in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. �This Notice is for information purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantages Business Utilities, 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/703d5f555baa46b6a9428eb6e07beeb6/view)
 
Place of Performance
Address: Louisville, KY 40213, USA
Zip Code: 40213
Country: USA
 
Record
SN05891289-F 20210115/210113230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.