Miami ATCT Base Building Roof Top Unit (RTU-1, 2, 3) HVAC System Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
697DCK-21-R-00253

Basic Details

started - 09 Jun, 2021 (about 2 years ago)

Start Date

09 Jun, 2021 (about 2 years ago)
due - 02 Jul, 2021 (about 2 years ago)

Due Date

02 Jul, 2021 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
697DCK-21-R-00253

Identifier

697DCK-21-R-00253
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8263)FEDERAL AVIATION ADMINISTRATION (4272)697DCK REGIONAL ACQUISITIONS SVCS (949)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The purpose of this announcement is to request information necessary for the FAA to evaluate and select contractors that meet the FAA’s minimum qualification requirements for this project. Those contractors that meet the FAA’s minimum qualification requirements will be placed on the prequalified contractors list for this project. Electronic specifications and drawings will be issued to those prequalified contractors with the Request for Proposal (RFP).The FAA is seeking competent and qualified HVAC contractors to perform replacement of the heating, ventilation, and air conditioning (HVAC) system for roof top units 1, 2, and 3 at the air traffic control tower (ATCT) at Miami International Airport (MIA) in Miami, Florida in accordance with the specifications and drawings. Work will include, but not be limited to the following:1.  Contractor shall remove and replace roof top units and provide complete lead-lag units fully integrated with the existing VAV HVAC system.2.  Contractor shall
furnish and install new connections, supply and return, between RTU and existing ductwork. Connections shall be sized and coordinated for the largest cross-sectional area available. The Contractor will be required to provide all labor, materials, supplies, equipment (except Government furnished), supervision and transportation to perform this work in accordance with the specifications and drawings as well as all local, state and federal laws. This is not a Request for Proposal (RFP) and proposals are not being accepted from this public announcement.This work is at a critical facility that must remain operational 24 hours a day, 7 days a week. The Contractor must not interfere with or disrupt air traffic operations. The contractor shall comply with all procedures, protocols, rules and regulations of the facility’s authorities including limitations on equipment, allowable work hours and any other possible issues to ensure uninterrupted operations.All work shall be in accordance with the specifications and drawings.1.  This project is set-aside for Small Business Concerns to General Contractors. 2.  The project magnitude for this project is between $250,000 and $500,000.3.  The estimated total period of performance is approximately 30 days after receipt of the Notice to Proceed (NTP). It is expected that all prime contractors will provide a site superintendent who will remain assigned to this project for the entire duration notwithstanding any unforeseen circumstances.4.   A single pre-proposal on-site visit will be held. The date, time, location and point of contact will be provided with the solicitation package to those contractors who have been pre-qualified.5.   The contractors receiving the award will be required to perform at least 25% of the work utilizing their own employees.6.   Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/.A POTENTIAL OFFEROR MUST MEET ALL OF THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO PRE-QUALIFY AND RECEIVED THE SOLICITATION PACKAGE: Using Attachment No. 1, Past Experience History, provide three (3) past or current projects at ATCTs, TRACONs or Enroute facilities of comparable complexity and required coordination. Projects submitted must be between $250,000 and $500,000 and be of similar scope to this project. Scope is described above. Projects submitted must be either in process or within the last five (5) years. Complete and return Attachment No. 2, Security Notice to Prospective Offerors.The information provided will also be used as part of the responsibility determination.FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE.Requests must be emailed to LaTonya.P-CTR.Warren@faa.gov no later than July 2, 2021 at 12:00 pm EST. Please place “Attention: Miami ATCT Roof Top Unit HVAC System Replacement” in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted.“This Notice is for information purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantages Business Utilities, 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.”

Miami ,
 FL  33126  USALocation

Place Of Performance : N/A

Country : United States

You may also like

DWH HURRICANE HARVEY RESEAL ATCT AND BASE BUILDING PROJECT ROOF SPIN

Due: 01 Sep, 2024 (in 3 months)Agency: FEDERAL AVIATION ADMINISTRATION

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode Z2BAREPAIR OR ALTERATION OF AIR TRAFFIC CONTROL TOWERS