Tender Details
Title
BIL Funded- AC Units Replacement Project- Phoenix (PHX) Terminal Doppler Weather Radar (TDWR)- Phoenix, AZ Solicitation TRANSPORTATION, DEPARTMENT OF
Country
Language
English
Organization
Published Date
30.05.2024
Deadline Date
26.06.2024
Overview
BIL Funded- AC Units Replacement Project- Phoenix (PHX) Terminal Doppler Weather Radar (TDWR)- Phoenix, AZ Solicitation 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 Replace of two (2) 2-ton AC Units at the Phoenix (PHX) Ter 697DCK-24-R-00411 America/New_York TRANSPORTATION, DEPARTMENT OF BIL Funded- AC Units Replacement Project- Phoenix (PHX) Terminal Doppler Weather Radar (TDWR)- Phoenix, AZ America/New_York eMail : regina.singleton@faa.gov Regina Singleton Arizona USA UNITED STATES 697DCK-24-R-00411 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 Replace of two (2) 2-ton AC Units at the Phoenix (PHX) Terminal Doppler Weather Radar (TDWR) facility, as outlined the associated Statement of Work, in accordance with the Acquisition Management System (AMS) Policy 3.2.2.3, and the Bipartisan Infrastructure Law (BIL); and is therefore 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): 238220– Plumbing, Heating, and Air-Conditioning Contractors and the small business size standard is $19 million. This requirement will be a total set-aside for Small Disadvantaged businesses and the Government intends to award a single firm fixed priced contract based upon this Request for Proposal (RFP) (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. NOTICE OF EXEMPTION: The FAA has been exempted from several Federal laws and regulations as part of the 1996 DOT Appropriations Act. Some of the exemptions include the Federal Acquisition Streamlining Act of 1994, the Small Business Act, the Competition in Contracting Act, and the Federal Acquisition Regulations (FAR). The FAA’s Acquisition Management System (AMS), which became effective on April 1, 1996, is utilized in place of the FAR. 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 10 June 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: Jerry Florez Jerry.Florez@faa.gov 4831 W Lower Buckeye Rd Sky Harbor ATCT, Phoenix, AZ Telephone:602.206.1845 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: 26 June 2024- NLT 5:00 PM Eastern Daylight 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 14 June 2024- 5:00pm Eastern Daylight 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. NAICS Code : 238220 PSC Code : J041 Phone : 4043055790
NAICS
Business Specialized Freight (except Used Goods) Trucking Regulation Ventilation Financial Transactions Processing Plumbing Machinery Regulation Plumbing Financial Transactions Processing Other Similar Organizations (except Business General Freight Trucking Management Other Similar Organizations (except Business Ventilation Construction Process Funds
CPVS
Tools Earthmoving and excavating machinery, and associated parts System, storage and content management software package Terminals Sections Office, school and office equipment cleaning services Heating works Electricity, heating, solar and nuclear energy System, storage and content management software development services Forms Radar Seats, chairs and related products, and associated parts Administration, defence and social security services Heating, ventilation and air-conditioning installation work Electronic, electromechanical and electrotechnical supplies Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Clean room Awards Business cases Co financing Equipment cases Single room IP phones Tent, for office use
Regions
APEC Countries North America Northern America
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Postal and Courier Services Infrastructure Water and Sanitation Law and Legal Transportation Printing and Publishing Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Industry Aviation Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert