Washington Bids > Bid Detail

BIL-Funded Elevator modernization at OLM ATCT (Olympia, WA)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159506774225974
Posted Date: May 28, 2023
Due Date: Jun 16, 2023
Solicitation No: Elevators_OLM_ATCT
Source: https://sam.gov/opp/666c7eb755...
Follow
BIL-Funded Elevator modernization at OLM ATCT (Olympia, WA)
Active
Contract Opportunity
Notice ID
Elevators_OLM_ATCT
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 27, 2023 09:06 pm CDT
  • Original Response Date: Jun 16, 2023 06:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1BA - MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Olympia , WA 98507
    USA
Description

The Federal Aviation Administration (FAA) is seeking competent and qualified elevator modernization and maintenance contractors interested in providing offers for elevator modernization and full service maintenance requirements to improve elevator reliability within the agency. This elevator modernization and subsequent full-service maintenance requirement is at the OLM ATCT in Olympia, Washington.



This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section II for documentation required to be submitted and evaluated to determine which vendors receive the solicitation.





SECTION I- ANTICIPATED REQUIREMENT SCOPE



The contractor will be required to provide all labor, materials, supervision, and equipment to perform this work in accordance with the Scope of Work and with all local, state, and federal laws. The Government does not anticipate changes to the Scope of Work at this time, but may do so as deemed necessary by the Government. This is not a Screening Information Request (SIR) or Request for Proposal (RFP).





Work will be done on an operational facility and the contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues to ensure uninterrupted air traffic control operations.






  1. The North American Industry Classification System (NAICS) is 238290, Other Building Equipment Contractors. The small business size standard is $22.0 million.

  2. The projected magnitude for this requirement is between $500,000 and $1,000,000.00.

  3. A site visit will be provided. The date, time, location, and point of contact will be provided with the solicitation package.

  4. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees.

  5. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/.





SECTION II- GO/NO-GO SUBMISSION REQUIREMENTS



Using the Past Experience-History form (Attachment 02), provide a listing of at least three (3) elevator modernization projects/contracts completed at CRITICAL FACILITIES*, in the past five (5) years, with contract values of at least $250,000. The offerors must have completed these modernization projects and must have performed the work as the prime contractor.



*See Section III-Definitions.



The information provided may also be used as part of the responsibility determination. Responses must be emailed to elisha.distler@faa.gov, no later than the time stipulated in the announcement post. Please place "Elevator Modernization at OLM ATCT Go/No-Go Submission- [offeror company name]" in the subject line of your email. Requests received after this date and time may or may not be honored. Failure to submit all required information may or may not deem the request for solicitation as non-responsive.



SECTION III- DEFINITIONS:



Completed: A contract/project will be considered complete if over 90% of the modernization portion of the contract/project is completed. The percentage of completion will be established by the customer/end user and not the offeror.



Critical Facilities: Critical Facilities are those in which activities are performed which cannot be disrupted without at least a mild probability of endangerment or loss of human life.



Critical Facility Examples:



Federal Aviation Administration Airport Traffic Control Towers - Critical Facilities which provide Air Traffic Control. LOSS OF HUMAN LIFE MAY RESULT FROM SERVICE INTERRUPTION.



Hospitals - Critical Facilities which provide life support care. LOSS OF HUMAN LIFE MAY RESULT FROM SERVICE INTERRUPTION.



Other NON-Specified- Critical Facilities to include (but not limited to) such as Police/Fire Stations, Storage and Archive of Critical Records, Chemical, or Nuclear or Biological Repositories. SEVICE INTERUPTION WILL LIKELY CAUSE AT LEAST A MILD PROBABILITY OF ENDANGERMENT OR LOSS OF HUMAN LIFE.



Non-Critical Facility Examples:



Hotels, Commercial Office Buildings, Retail Stores, etc. - facilities where interruption of service does not create at least a mild probability of endangerment or loss of human life.





SECTION IV- PROCUREMENT STRATEGY



The solicitation(s) resulting from this synopsis shall use a tradeoff evaluation in determining the successful offerors. Proposals will be evaluated and award made on the basis of both Non-price and Price considerations most advantageous to the Government. Non-price factors will be considered significantly more important than Price factors. All three Non-price factors (Past Performance, Modernization Approach, and Maintenance Capability) will be considered equally important.



"This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business



Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, 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."


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 27, 2023 09:06 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >