Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

REPLACE FENCING AND GATE AT DTWF RTR, DETRIOT MI

Process Number 697DCK-22-R-00109

USA

Dates:


Notice ID:

697DCK-22-R-00109

Department/Ind. Agency:

TRANSPORTATION, DEPARTMENT OF

Sub-tier:

TRANSPORTATION, DEPARTMENT OF

Sub Command:

697DCK REGIONAL ACQUISITIONS SVCS

Office:

697DCK REGIONAL ACQUISITIONS SVCS

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 21, 2021 05:00 pm cst

Inactive Policy:

manual

Original Inactive Date:

dec 22, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

NAICS Code:

238990 - all other specialty trade contractors

Description:


Original Set Aside:

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. The FAA is seeking competent and qualified contractors for installing a new chain link security fence, and, a new 16 foot wide, swing gate for the DTW RTR “F” Facility at Detroit Metro Airport, Romulus, Michigan. The project contains, but is not limited to, the following work items: 1) The contractor shall remove and properly dispose of offsite all portions of the existing chain link security fence and the existing entrance chain link swing gate. 2) The contractor shall furnish and install a new chain link security fence, along the same lines of the existing security fence, as shown and detailed on the project drawings, and, as specified in this document. Approximately 442 feet of the new security fence shall consist of 11 foot high chain link fabric topped by an added 1 foot of barbed wire. Approximately 504 feet of the new security fence shall consist of 7 foot high chain link fence fabric topped by an added 1 foot of barbed wire. 3) The contractor shall furnish and install a new, 16 foot wide, swing gate. 4) The contractor shall furnish and install lightning protection & grounding rods for the fence and gate as shown on the project drawings and as specified in this document. 5) The contractor shall properly dispose of all removed materials, waste, and debris offsite. 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 Screening Information Request (SIR) or Request for Proposal (RFP) and proposals are not being accepted from this public announcement. 1. This project is set-aside for small business concerns 2. The North American Industry Classification System (NAICS) is 238990, All other Specialty Trade Contractors. The small business size standard is $16.5M. 3. The estimated total period of performance for this project is approximately 60 calendar 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 of this project notwithstanding any unforeseen circumstances. 4. A single pre-proposal 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 contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 6. Contractors must have an active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.SAM.gov. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Firm participation in any informational session is not a promise of future business with the FAA. Please submit a capability statement that includes the following information: Name of Company Address Point of Contact name, e-mail address and telephone number Business Size status DUNS Number Bonding Capacity Relevant experience on projects of similar size and complexity within the last five years. Provide specific contract numbers, contact names, addresses and email information to support claimed capabilities (see attached past experience form. Number of years in Business Please respond to wayne.mottley@faa.gov by December 21, 2021 17:00 pm central time.

Attachments / Links:


Document Size Updated date Download

Contact Information:


AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY

FORT WORTH , TX 76177

USA

Primary Point of Contacts:

Wayne Mottley