Posted: Nov. 15, 2024, 12:28 p.m. EST
Amendment 0005- BIL Funded Maintenance Garage Roof Replacement Project- Publishes the Government's responses to RFIS and Questions
The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required for the BIL Funded Maintenance Garage Roof Replacement Project, Minneapolis ARTCC, MN, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors .
PERIOD OF PERFORMANCE:
The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP). For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 238160 Roofing Contractors and the small business size standard is $19 million.
This requirement will be set-aside and the Government intends to award a single firm fixed priced contract to the responsible Offeror by way of tiered evaluation method (See Sections L and M of the Solicitation document for further details), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories.
SITE VISIT:
SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED
Offerors are urged and expected to inspect to gain a thorough understanding of Site Conditions and Scope of Work that are 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 4 November 2024 at 10am Local Time.
To coordinate your attendance for the scheduled Site Visit please forward your list of attendees at least one day prior to the Scheduled Site
Visit to the POC noted below:
Name: Vincent Solomon
Address: solomon.q-ctr.vincent@faa.gov
Minneapolis ARTCC, MN
Telephone: Office: 651.463.5766 Cell: 952.334.2018
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).
Proposal due date: 18 November 2024 - NLT 5:00 PM Eastern Standard Time
Submissions MUST be submitted via electronic email copy ONLY to regina.singleton@faa.gov.
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.
Please refer all questions in writing only to regina.singleton@faa.gov.
The Offerors may begin submitting questions and comments immediately after release of the SIR up to 8 November 2024- 5:00pm Eastern Standard Time. 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 regina.singleton@faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing within five (5) business days on the SAM.gov 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.
Posted: Nov. 7, 2024, 6:10 p.m. EST
Posted: Nov. 6, 2024, 4:35 p.m. EST
Posted: Nov. 4, 2024, 5:22 p.m. EST
Posted: Oct. 31, 2024, 6:55 p.m. EDT
Posted: Oct. 31, 2024, 6:27 p.m. EDT
Posted: Oct. 31, 2024, 6:19 p.m. EDT
Posted: Oct. 28, 2024, 10:15 p.m. EDT
Background
The Federal Aviation Administration (FAA), specifically the AAQ-5A0 division, is seeking to engage contractors for the BIL Funded Maintenance Garage Roof Replacement Project located at the Minneapolis ARTCC in Minnesota.
The primary goal of this contract is to ensure the successful replacement of the roof at the specified facility, which is part of the FAA's ongoing commitment to maintaining its infrastructure and operational capabilities.
Work Details
The contractor shall provide all necessary labor, tools, equipment, materials, transportation, cleanup, and supervision required for the Maintenance Garage Roof Replacement Project.
This includes but is not limited to: direct and indirect labor costs, fringe benefits, overhead expenses, general and administrative expenses, profit margins, materials and equipment costs, insurance coverage, freight and handling charges, transportation logistics, inspection and testing services, operation and maintenance manuals, bonds, as well as compliance with federal, state, and local taxes.
The contractor must also secure all necessary licenses and permits related to the project. Each offeror is required to submit a price for each contract line item (CLIN), and failure to comply may result in rejection of the offer. A single award will be made with no split awards permitted.
Period of Performance
The performance period for this contract will commence within 5 days following the issuance of a Notice to Proceed (NTP).
Place of Performance
Minneapolis ARTCC, Minnesota