Search Contract Opportunities

BIL Funded- AC Units Replacement Project- Phoenix (PHX) Terminal Doppler Weather Radar (TDWR)- Phoenix, AZ   2

ID: 697DCK-24-R-00411 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 27, 2024, 1:23 a.m. EDT

Amendment 0002- BIL Funded Replacement of two (2) 2-ton AC Units at the Phoenix (PHX) Terminal Doppler Weather Radar (TDWR) facility- This Amendment 0002 to Request for Proposal 697DCK-24-R-00411 is being executed to extend the Proposal due date to 9 July 2024 and also to publish the missing Statement of Work (SOW) document referenced in
Section J of the Solicitation Document.

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.

Posted: May 30, 2024, 5:04 p.m. EDT
Background
The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement 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. The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP). 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.

Work Details
The contractor must provide all supervision, labor, material and transportation to replace two air conditioning (AC) units at the Phoenix (PHX) Terminal Doppler Weather Radar (TDWR) facility located at 4831 W Lower Buckeye Rd, Phoenix, Arizona 85326. The work includes removing two existing 20-Ton air conditioning units and air handlers from the premises and disposing of them at a State approved disposal facility for AC materials and refrigerants. Additionally, the contractor is required to install two new 20-Ton, 230V, 3PH condensing units and air handlers in the existing location of the units removed and connect them to existing ductwork, piping, electrical, and control wiring.

Period of Performance
The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP).

Place of Performance
The construction projects will be performed at the Phoenix (PHX) Terminal Doppler Weather Radar (TDWR) facility located at 4831 W Lower Buckeye Rd, Phoenix, Arizona 85326.

Overview

Response Deadline
July 9, 2024, 5:00 p.m. EDT (original: June 26, 2024, 5:00 p.m. EDT) Past Due
Posted
May 30, 2024, 5:04 p.m. EDT (updated: June 27, 2024, 1:23 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Buckeye, AZ 85326 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
On 5/30/24 Southwestern Region issued Solicitation 697DCK-24-R-00411 for BIL Funded- AC Units Replacement Project- Phoenix (PHX) Terminal Doppler Weather Radar (TDWR)- Phoenix, AZ due 7/9/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC J041.
Primary Contact
Name
Regina Singleton   Profile
Phone
(404) 305-5790

Documents

Posted documents for Solicitation 697DCK-24-R-00411

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 697DCK-24-R-00411

Award Notifications

Agency published notification of awards for Solicitation 697DCK-24-R-00411

Contract Awards

Prime contracts awarded through Solicitation 697DCK-24-R-00411

Incumbent or Similar Awards

Contracts Similar to Solicitation 697DCK-24-R-00411

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 697DCK-24-R-00411

Similar Active Opportunities

Open contract opportunities similar to Solicitation 697DCK-24-R-00411

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 697DCK REGIONAL ACQUISITIONS SVCS
FPDS Organization Code
6920-697DCK
Source Organization Code
500000015
Last Updated
Sept. 15, 2024
Last Updated By
regina.singleton@faa.gov
Archive Date
Sept. 15, 2024