United States - Pre-Assembled Fiberglass Equipment Shelters

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 April 2024
Opportunity publication date
01 April 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes Amendment 00002 to this solicitation is issued on April 1, 2024 to replace Attachment 1 with Attachment 1R Section B, Supplies or Services and Prices/Cost to correct a formula errors in the spreadsheet. All other terms and conditions, as well as due date for receipt of proposals, remain the same.
Amendment 00001 to this solicitation is issued on March 26, 2024 to add Indefinite-Delivery/Indefinite-Quantity language to Section B, Supplies or Services and Prices/Cost.
The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC) The Federal Aviation Administration (FAA) has a requirement for pre-assembled fiberglass equipment shelters for the housing and installation of electronic equipment including but not limited to navigation, landing, lighting and related equipment, communication equipment, weather equipment, engine generators and other equipment for the Federal Aviation Administration (FAA) and other Government sites. 
The requirement is for a one (1) year contract with nine (9) one-year option periods, with firm-fixed-price pricing arrangements.  Technical evaluation will be conducted prior to contract award. First article testing will be conducted after contract award. 
The fiberglass equipment shelter manufacturer will fabricate and assemble transportable prefabricated insulated fiberglass equipment shelters complete including:  interior finish materials, exterior door and frame, hardware, door hood, HVAC, electrical equipment, and fixtures.  The shelters are pre-assembled and fiber-glassed with Gelcoat finish, completely dust-proof and watertight, and completely shop-fabricated with the required appurtenances. 
The shelters are designed for the explicit use of housing and maintaining electronic equipment and related components within an environmentally controlled atmosphere by maintaining the proper operating conditions for the equipment.
The NAICS code applicable to this requirement 238990- All Other Specialty Trade Contractors.  The business size standard for this NAICS is $19.0 million.
This is a 100% Small Business Set-Aside IAW included AMS Clause 3.6.1- NOTICE TOTAL SMALL BUSINESS SET-ASIDE (OCT 2019).
Please read the attached Solicitation in its entirety and all other Attachments. Follow the instructions outlined in Section L for submitting a responsive proposal. Please include the solicitation number 6973GH-24-R-00004 in the subject line of all email correspondence as indicated in Section L of the SIR.
Submit questions NLT 2:00 PM, Central Time, April 17, 2024. This will allow for answers to be posted before the closing date of the solicitation. Email questions to Connie Houpt at connie.m.houpt@faa.gov.
Proposals are due by EMAIL ONLY as indicated in Section L of the SIR NLT April 25, 2024, 2:00 PM, Central Time. 
All Offerors must be registered in the System for Award Management, www.SAM.gov. Per the FAA Acquisition Management System (AMS), clause 3.3.1-33 System for Award Management (SAM), paragraph (b)(1) “By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.”
This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, 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.

Opportunity closing date
25 April 2024
Value of contract
to be confirmed

About the buyer

Address
6973GH FRANCHISE ACQUISITION SVCS UNITED STATES
Contact
connie.m.houpt@faa.gov

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?