The RFP Database
New business relationships start here

This is a market survey for refurbishment at MSY-ATCT at New Orleans, LA 70141.


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

AMENDMENT 0001 IS ISSUED TO REMOVE FROM THE CAPABILITY STATEMENT THE FOLLOWING:
(b) Dollar value and type of monitoring /remediation / abatement services provided by your firm under previous contracts (provide dollar value, type of contract, start/completion dates, and customer/end-user information) which meet the contract performance requirements above;
AND TO EXTEND THE DUE DATE UNTIL 7-14-2017

This is a market survey for refurbishment at MSY-ATCT at New Orleans, LA 70141.

The 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 FAA is not seeking or accepting proposals at this time.

At this time the nature of the competition has not been determined. The FAA is seeking interest from the small business community for possible set-aside of all or part of the procurement. Responses are desired from any/all eligible 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.

FAA anticipates that any resultant contract will be a Fixed-Price contract.

The purpose of this market survey is to solicit statements of interest and capabilities from small businesses, in particular service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the required items.

This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses, or 8(a) certified firms.

The scope of work consists of:

1) The contractor will be required to remove approximately 150 square feet of 4bx4b ceramic wall tile in the ATCTbs base buildingbs menbs restroom. The tile removal will occur on the south wall of the restroom and require removing the bottom 6 rows of tile/ See project drawings for the additional details.

2) The contractor shall install a stainless steel hinged access door; which is required to cover a 1.6bx8b
hole in the 1st toilet stall.

3) Replace three (3) toilet seats. See materials section for information on seat replacement.
4) Clean and polish 4 stainless steel partitions.
5) NOTE: The following work must take place after the wall tile has been removed. The contractor shall install new bearing nuts and washers on the in-wall toilet assembly support units. The toilets are wall mounted units and are supported by the assemblies. See project drawings for additional details. Contractor must cut holes in the wall to access the support assemblies. The contractor must replace toilet couplings/seals and the toilets exterior mounting hardware (nuts and washers).
6) The contractor shall close temporary access wall holes and install approximately 150 square feet of 4bx4b ceramic wall tiles. The new tiles shall match the existing as close as possible. New tile grout shall match existing remaining grout.
7) The contractor shall close temporary access wall holes and install approximately 150 square feet of 4bx4b ceramic wall tiles. The new tiles shall match the existing as close as possible. New tile grout shall match existing remaining grout.

The principle North American Industry Classification System (NAICS) code for this effort is 236220- Commercial and Institutional Building Construction, with a size standard of $36.5M.

Interested vendors should submit the following documents to the point of contact listed at the bottom of this announcement:
1. Capability Statement - This document is limited to not more than six (6) pages and must identify:
(a your firm has done similar work in the past.    
(b) Number of years in business performing the services required of this announcement;
2. Business Duns number- Interested vendors shall supply their company Duns number.
3. A copy of the vendor's SBA 8(a) Certification Letter, if applicable.

All responses to this market survey must be received by 5:00 p.m. CST on July 7, 2017. All submittals should be submitted in electronic format (email) to: Patti Owens, Contractor, Contract Specialist, Z-Indigo Consulting, LLC, Email: patti.ctr.owens@fAA.gov . Please include Solicitation/Contract #27615
The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendors' expense.

NOTICE 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.
                                        
                                        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/27694 to view the original announcement.

PATTI OWENS, patti.ctr.owens@faa.gov, Phone: 405-954-0693

Click here to email PATTI OWENS

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP