Skip to main content

An official website of the United States government

You have 2 new alerts

Fence Replacement project at a VOR site in Salmon, ID

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: May 02, 2023 02:02 pm CDT
  • Original Published Date: Apr 13, 2023 11:25 am CDT
  • Updated Date Offers Due: May 05, 2023 05:00 pm CDT
  • Original Date Offers Due: May 05, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 20, 2023
  • Original Inactive Date: May 20, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Salmon , ID
    USA

Description

The Federal Aviation Administration (FAA) has a requirement for (LKT) VOR fence replacement located in Salmon, ID.

Please see attachments for specifics.

The Contractor shall provide all labor, materials, equipment, transportation, insurance, notifications, licenses, permits, fees, and supervision necessary to perform the work described in the attached Scope of Work and other attachments posted to this announcement.

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

It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation (SIR).

Site visit instructions can be found in the SIR: Section L, 3.2.2.3-63 Site Visit (Construction).

All questions regarding the project/scope of work/plans must be received in writing to Jennifer Perry @ jennifer.l.perry@faa.gov no later than 5:00 p.m. CST on April 25, 2023 to allow for responses to be provided prior to due date for receipt of proposals.

Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers August 19, 2022. Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.”

In addition, offerors must complete and return the attached forms by closing date. The forms are provided as separate documents under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility.

E-mailed proposals must be received by Jennifer Perry, @ jennifer.l.perry@faa.gov, no later than 5:00 p.m. CST, May 5, 2023 and must contain 6973GH-23-Q-00135 as part of the e-mail subject line.

Any responses received after 5:00 p.m. CST, May 5, 2023 may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of submittal vendor's response may be determined ineligible.

As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held.

Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process.

This SIR/RFO 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 proposals.

Inquiries regarding this SIR/RFO should be directed to Jennifer Perry, Contract Specialist, @ jennifer.l.perry@faa.gov

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact

History