The RFP Database
New business relationships start here

Market Survey for Construction/Alteration and Repair Services Basic Ordering Agreements (BOAs) for Federal Aviation Administration Facilities


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This public announcement is a market survey. The responses to this announcement will be used for informational purposes only. This is not a screening information request or request for proposal.

The FAA is considering issuance of Basic Ordering Agreements (BOAs) for the execution of a broad range of construction services including new work, additions, alterations, maintenance, and repairs for FAA facilities. Projects will comprise of renovations which focus on construction, alteration/repair, design-build work including but not limited to roofing, plumbing, electrical distribution HVAC systems, abatement, interior architectural modernizations and life safety issues.

The purpose of this market survey is to solicit statements of interest and capabilities to determine the marketplace ability to provide construction services to ascertain if there are large businesses, small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms that can provide the described items and services. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government.

Background:
The mission of the FAA Terminal Facilities Planning and Execution Team and EnRoute Facilities Planning and Modernization Team is to modernize and sustain the air traffic control and radar approach facilities which comprise almost 400 million gross square feet in the FAA regions. The capital investment program has the following objectives:
a. To complete construction of replacement projects, existing modernization projects and
b. To maintain existing structures at a functionally-acceptable condition level.

The Firm-Fixed Price Basic Ordering Agreements (BOAs) will be issued by the Federal Aviation Administration to support the following two programs:

a.    (FAAs) EnRoute Facilities Planning and Modernization Program. The EnRoute Facilities Planning & Modernization Program supports EnRoute Air Traffic operations and service level availability through facility life cycle program management of the 21 Air Route Traffic Control Centers (ARTCCs), the Combined EnRoute Radar Approach Control Facilities (CERAPs) at San Juan and Guam and other FAA owned, operated, or sponsored facilities.
b.    (FAAs) Terminal Facilities Office Planning and Execution Program, supports the construction of new and replacement of Airport Traffic Control Tower (ATCT) and Terminal Radar Approach Control (TRACON) facilities within the National Airspace System (NAS). The Facilities Office also supports the repair, maintenance and upgrading of these facilities throughout their lifecycles. The two roles are generally referred to as bReplaceb and bImproveb. By fulfilling these roles, the Facilities Office seeks to improve the safety, reliability and efficiency of the air traffic system.

Types of facilities:
The BOA Contractors must provide Construction/Alteration and Repair Services in all fifty (50) States and United States Territories for the following types of facilities:
b"    Air Route Traffic Control Centers (ARTCCs), which are facilities responsible for controlling aircraft enroute in a particular volume of airspace at high altitudes between airport approaches and departures.
b"    Combined EnRoute Radar Approach Control Facilities (CERAPs), which manage aircraft arrivals and departures, as well as limited aircraft transits in specified areas.
b"    Air Traffic Control Towers, associated base buildings TRACONs and Consolidated TRACONS.
b"    Other FAA owned, operated, or sponsored facilities.

Many facilities in the NAS operate 24 hours per day and provide services critical to safety; therefore, work performed on or near operational facilities or equipment, must be planned and conducted in a manner that minimizes or eliminates deterioration in the quality or quantity of services provided to the NAS. This may require, among other adaptations, working during non-standard business hours or using non-standard techniques to eliminate noise, obstructions to visibility from ATCTs and shut down of equipment essential to operations. The continued operation of all equipment in the NAS and the safety of life and property are paramount considerations in all work conducted under this contract.

BOA Scope of Work:
The contractors awarded BOA Orders shall furnish all personnel, equipment, tools, materials, supervision, and other items and services necessary to design, manage, and accomplish a broad range of repair, alteration, and/or new construction including but not limited to demolition, site work, excavation, cast-in-place concrete, masonry, structural steel, electrical, mechanical (including HVAC), painting, carpentry, roofing, millwork, road repair, and other specialty and general construction work as stated in the solicitation and attachments for each BOA Order. All work will be ordered by the Contracting Officer using Call Orders. Call Orders will identify the scope of work, schedule, deliverables, and acceptance criteria.

It is the intention of the FAA to issue BOAs for projects that fall under three call order range pools:
FAA Small BOA Pool: Orders ranging from 10K-500K
FAA Medium BOA Pool: Orders ranging from 500K-2M
FAA Large BOA Pool: Orders ranging above 2M

The Principal North American Industry Classification System (NAICS) code applicable to this requirement is 236220 Commercial and Institutional Building Construction. The business size standard for this NAICS is $36.5 million.

Capability Statement:
All responders must provide a Capability Statement that addresses the following (in order):

a. Business Size Classification: Large Business, Small Business, 8(a) Firm, Service-Disabled Veteran Owned Small Business (SDVOSB); For 8(a) firms: Provide copy of SBA 8(a) Certification Form. For SDVOSBs: SDVOSB concerns MUST be verified in the Vendor Information Pages, https://www.vip.vetbiz.va.gov/.
b. State the desired geographic locations of where your company can perform work. List all states and/or US Territories.
c. Confirm the BOA Pool size your firm is interested in, Ex. Small, Medium, Large (see ranges listed in this market survey).
d. Company point(s) of contact, telephone number(s), email address(es) and mailing address;
e. Verification of registration in System for Award Management (SAM) b provide copy of SAM entity record in submission
f. Number of years in business performing the services required of this announcement;
g. Business Duns number- Interested vendors shall supply their company Duns number.
h. Relevant experience on projects of similar size and complexity: Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (2) similar projects within the BOA dollar value range chosen.
i. Describe your company's bonding capability.

NOTES: **No telephone requests or questions will be accepted.** Submissions must be emailed to Tiffany Weber @ tiffany.w.weber@faa.gov and are limited to 10 pages in length. Only Electronic submissions will be accepted. The electronic submission should be in either Microsoft Word or portable document format (PDF) format. Due to size limitations, any files over 25MB should be submitted in multiple emails. Only one submission per responding firm will be accepted. Please include the announcement number and title in the email subject line.

All submissions must be received by 4:00 PM CT on Monday, July 22, 2019. All communications with Contract Specialist must be submitted in writing. If you have any questions regarding this market survey, please contact Tiffany Weber @ tiffany.w.weber@faa.gov. The Contract Specialist will verify receipt of submissions with each responding firm. Submissions will not be returned. Since this is not a screening information request or request for proposal, no results will be issued to the responding firms. No solicitation for these items exists at this time. If a solicitation is issued, it will be announced on the FAA Contract Opportunities website. It is the vendorbs responsibility to monitor the website for release of the solicitation.

The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Any cost associated with submitting a response to this market survey is solely at the responding vendorbs expense.

If you are viewing this announcement from a source other than Federal Aviation Administration
Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original.
                                        
                                        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/33884 to view the original announcement.

TIFFANY WEBER, tiffany.w.weber@faa.gov, Phone: 817-222-4603

Click here to email TIFFANY WEBER

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP