Skip to main content

An official website of the United States government

You have 2 new alerts

Replace five (5) A/C unit Splits at the Annex Building at the Miami ARTCC, Miami, FL

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 (Original)
  • Original Published Date: Jul 05, 2022 02:25 pm EDT
  • Original Date Offers Due: Aug 09, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 24, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Y1BC - CONSTRUCTION OF RADAR AND NAVIGATIONAL FACILITIES
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Miami , FL 33166
    USA

Description

The Federal Aviation Administration, Enroute Construction Group, Boston Office, AAQ-540 has a new construction requirement to  furnish all labor, equipment and materials necessary to replace 5 split A/C units. The successful Contractor shall be
responsible for all aspects of the replacement of the HVAC units in the Annex Building at the Miami ARTCC, Miami, FL.

The Request for Offer (RFO), including Specifications, Drawings, and Wage Rates, are attached to this announcement. All documents are available in .pdf format.  **drawings are not signed, signed drawings will be uploaded and replacing the unsigned drawings**

The North American Classification Standard is 238220 - $16.5 Million.  This procurement is set aside exclusively for Service Disabled Veteran Owned Companies in accordance with  AMS Clause 3.6.1-12 NOTICE OF SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE (OCT 2019)

The price range for this procurement is $500,000.00  - $1,000,000.00.  Payment and Performance Bonds are required.

A site visit has been scheduled Tuesday July 26, 2022 at 10:00 a.m., Due to security requirements all attendees must have a valid photo ID (i.e. state driver’s license) to gain access to the site.  All contractors must submit a list of attendance 48 hours in advance to Susan.Newcomb@faa.gov. Your list should include employee name and company. Any attendee not on the official list will be denied access to the facility. All attendees will be required to follow the COVID Protocol at the site. At registration you will be provided the current COVID protocols by the Contracting Officer

The FAA reserves the right to review and verify each offerors program eligibility. 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

Note:  All amendments to the solicitation will be likewise posted on this website. Contractors are cautioned to check the website periodically for amendments. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM) website to be eligible for award of a contract. All submittals must be submitted electronically in PDF format. Faxed offers and amendments will not be accepted.

Contact Information

Contracting Office Address

  • 800 INDEPENDENCE AVENUE, SW 12 NEW ENGLAND EXECUTIVE PARK
  • BURLINGTON , MA 01803
  • USA

Primary Point of Contact

Secondary Point of Contact





History