QYA ARSR HVAC Replacement

Agency:
State: Maine
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159112535517421
Posted Date: Jan 26, 2024
Due Date: Feb 7, 2024
Source: Members Only
Follow
QYA ARSR HVAC Replacement
Active
Contract Opportunity
Notice ID
697DCK-24-R-00106
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 26, 2024 01:24 pm EST
  • Original Published Date: Jan 12, 2024 11:31 am EST
  • Updated Date Offers Due: Feb 07, 2024 03:00 pm EST
  • Original Date Offers Due: Feb 07, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 08, 2024
  • Original Inactive Date: Feb 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N045 - INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Machiasport , ME 04655
    USA
Description View Changes

Amendment 0001 - Dated 1/26/2024



An amendment to this solicitation has been issued. The purpose of this amendment is to provide a revised Summary of Work and a new drawing removing the requirement to install the security barrier in the door. The titles of the new documents are “SUMMARY OF WORK_QYA ARSR HVAC Replacement Project_Rev A” and “M001(I)_QYA ARSR_Rev A”. All other terms and conditions remain unchanged.



Proposals are still due by email no later than February 7, 2024; 3:00 PM EDT to marc.lemay@faa.gov AND suzanne.t-ctr.huggins@faa.gov.



PLEASE NOTE: It is mandatory that all bid/proposal submissions include acknowledgement of any amendments. Ensure you anotate on page 2 of the Solicitation that you acknowledge this amendment.



Reminder: This will be a firm-fixed priced contract that will be awarded to the bid that is the lowest priced that is deemed technically acceptable.



A site visit was conducted on 1/24/2024 at 10am at the site and the following companies were in attendance:



Keo & Associates



RH Foster



Border Electric



CCB, Inc



Lander Group, LLC



IBS Mech





XXXXXXXXXXXXXX



The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-24-R-00106, QYA ARSR HVAC Replacement, Bucks Harbor, ME as detailed in the Statement of Work (SOW) and Drawings attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy as supplemented with additional information included in this notice.



Demolition: Includes but not limited to removing and disposing of the two (2) existing HVAC units; and removing and properly disposing of the associated ducting, controls, and other related components from the facility.



Installation: Includes but is not limited to providing and installing two (2) new 25–ton packaged HVAC units with associated ductwork, HVAC controls, and all associated components at the site.



The FAA contemplates award of a Firm Fixed Price Contract as a result of this solicitation.



This requirement is set-aside and offered to all small business concerns.



The NAICS code for this acquisition is 238220 – Plumbing, Heating, and Air Conditioning Contractors, Standard Size - $19 million.

The estimated cost magnitude for this project is between $250,000 and $500,000

Projected Period of Performance for this project is approximately 45 calendar days.

When responding to this Screening Information Request/Request for Proposal (SIR/RFP), each offeror is required to submit a technical proposal and a cost proposal in accordance with the Screening Information Request (SIR) provision in Section L entitled, "Instructions, Conditions, and Notices to Offerors."

All interested sources should first attempt to download the attached SIR document(s). If downloading is not possible, all requests for copies of the SIR document(s) must be made in writing to the attention of Marc Lemay, Contracting Officer (AAQ-570), via e-mail at marc.lemay@faa.gov.



NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail to be received.

All Questions/Requests for Information (RFI) must be emailed to marc.lemay@faa.gov by no later than January 30, 2024; 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.



Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. Proposals must be received by email no later than February 7, 2024; 3:00 PM EDT to marc.lemay@faa.gov AND suzanne.t-ctr.huggins@faa.gov.

In accordance with SIR Section L provision 3.2.2.3-14 entitled, "Late Submissions, Modifications, and Withdrawals of Submittals," any proposals received after the due time and date of 3:00p.m. EDT, February 7, 2024, will not be considered. In addition, if all requested information is not furnished in the offeror's proposal, the offeror's proposal may be determined to be non-responsive and ineligible for consideration for contract award.

There is an optional site visit on January 24, 2024, at 10:00am.

Meeting point: 4°37'46.7"N 67°23'43.7"W, 97 Base Rd, Bucks Harbor, Machiasport, ME 04655.



To attend the site visit, advanced notice via marc.lemay@faa.gov is required. Note: The site visit will be canceled without notice, if no notices of attendance are received by January 19, 2024 at 3:00pm ET.



To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov).

This SIR/RFQ 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.



No individual notification of any amendments will be provided. It is the Offeror’s responsibility to visit this website frequently for updates on this procurement.



Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law.


Attachments/Links
Contact Information View Changes
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

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 >