Skip to main content

An official website of the United States government

You have 2 new alerts

BIL Funded: Fire Life Safety Upgrade and Waterproofing, SFB ATCT, Sanford, Florida 32773

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: Aug 25, 2023 11:03 am EDT
  • Original Published Date: Aug 03, 2023 04:01 pm EDT
  • Updated Date Offers Due: Sep 12, 2023 05:00 pm EDT
  • Original Date Offers Due: Sep 01, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 27, 2023
  • Original Inactive Date: Sep 16, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1BA - MAINTENANCE OF AIR TRAFFIC CONTROL TOWERS
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Sanford , FL 32773
    USA

Description

The purpose of Amendment 0002 is to extend the Offer Due Date.

The purpose of Amendment 0001 is to Replace the drawings associated with this requirement.

The Federal Aviation Administration (FAA) is issuing Screening Information Request (SIR) Number 697DCK-23-R-00491, BIL Funded: Fire Life Safety Upgrade and Waterproofing, SFB ATCT, Orlando Sanford International Airport, 747 Controller Lane, Sanford, Florida 32773, as detailed in the Specifications and Drawings attached to the Solicitation, in accordance with the Acquisition Management System (AMS) Policy 3.2.2.3, and the Bipartisan Infrastructure Law (BIL).

NOTICE OF EXEMPTION: The FAA has been exempted from several Federal laws and regulations as part of the 1996 DOT Appropriations Act. Some of the exemptions include the Federal Acquisition Streamlining Act of 1994, the Small Business Act, the Competition in Contracting Act, and the Federal Acquisition Regulations (FAR). The FAA’s Acquisition Management System (AMS), which became effective on April 1, 1996, is utilized in place of the FAR.

The estimated magnitude of construction is between $500,000 and $1,000,000.

SITE VISIT

The FAA urges and expects offerors to inspect the site where the work will be performed. A one-time site visit will be conducted on 22 AUGUST 2023 at 9:00 AM ET at Orlando Sanford International Airport, 747 Controller Lane, Sanford, Florida 32773.  Please provide linda.hennequant@faa.gov with a list of attendees by August 21, 2023, at 3:00 PM ET.

Information provided at this site visit, as well as answers to questions must not change or qualify the terms and conditions of the solicitation or specifications. Terms remain unchanged unless the solicitation is amended in writing. ATTENDANCE AT THIS SITE VISIT IS STRONGLY ENCOURAGED.

OFFER SUBMISSION

Please see Part IV – Section L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS, for complete offer submission requirements.

NOTE: Electronic submission is mandatory.  Hand delivered or mailed offers cannot be accepted.

REFERENCE THE SIR NUMBER IN THE SUBJECT LINE.  Emails with attachments that do not reference the SIR number in the subject line or the body of the message, will be disregarded to prevent the spread of computer viruses.

SET ASIDE

This requirement is offered and set-aside for competition among all qualified, responsible Small Disadvantaged Business (SDB) concerns, as described in Section I, 3.6.1-21 NOTICE OF SMALL DISADVANTAGED BUSINESS SET-ASIDE.

BASIS OF AWARD

The Government intends to make award based on successful negotiation of price and conformance with solicitation terms and conditions to the offeror that is considered to be the Lowest Price Technically Acceptable offer (LPTA) in accordance with provision M01 BASIS FOR AWARD. 

QUESTIONS

Reference Section L, 3.2.2.3-18 PROSPECTIVE OFFEROR'S REQUESTS FOR EXPLANATIONS. All questions must be addressed to Linda.Hennequant@faa.gov in writing. Any questions regarding this SIR/RFO must be received three (3) days prior to the date set for offers due.  All email correspondences must contain the SIR # in the subject line.  TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.

No individual notification of any amendments will be provided. It is the Offerors' responsibility to visit this website frequently for updates on this procurement. All questions must be addressed to the Contracting Officer in writing.

ALL EMAIL CORRESPONDENCES MUST CONTAIN THE SIR # IN THE SUBJECT LINE.

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

This advertisement must not be construed as a contract or a commitment of any kind. The Government will not be liable for payment of any costs attributed to the preparation and submission of offers in response to this solicitation.

The FAA appreciates your interest in our procurement opportunities.

Contact Information

Contracting Office Address

  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA

Primary Point of Contact

Secondary Point of Contact





History