Covington KY HVAC Repair and Replacement Project
Notice ID: 697DCK-24-R-00164

***********Amendment 0002 CVG ATCT Piping and Water Damage Repair Project*************

This Amendment 0002 is being executed to extend the Proposal due date to 5pm EDT on Friday,04/26/2024 and to advise interested Offerors that another Site Visit is being held Thursday, 04/11/2024 at 10am EDT, with any questions or Requests for Clerifications being due Tuesday, 04/16/2024. Please contact Site POC Terry Johnson with the names of the attendees at terry.johnson@faa.gov no later than Wednesday, 04/10/2024, 1200pm EDT. 

The Federal Aviation Administration (FAA), AAQ-5A0 has a requirement a to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required to remove and replace old existing deteriorated HVAC mechanical piping sections and water leak damaged pipe fiberglass insulation at the Covington Air Traffic Control Tower (ATCT) located at 56 New Price Pike, Erlanger, KY 41018, as outlined the associated Statement of Work and is 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): 238220Plumbing, Heating, and Air-Conditioning Contractors and the small business size standard is $19 million.

This requirement will be set-aside and the Government intends to award a single firm fixed priced contract based upon this Request For Proposal (RFP), 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.

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 6 March 2024 am 10am EST. 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:

Terry Johnson

terry.johnson@faa.gov

Phone: 404-805-2653

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: 18 March 2024-   NLT 5:00 PM Eastern Standard 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 March 11, 2024- 5:00pm Eastern Standard 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 three (3) 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.

Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
Office
697DCK REGIONAL ACQUISITIONS SVCS
Contract Opportunities
Notice Type
Solicitation
Updated Date
2024-04-02
Published Date
2024-04-02
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with