Tennessee Bids > Bid Detail

SOURCES SOUGHT FOR PARKING LOT REPLACEMENT/UPGRADES LOCATED AT FAA NASHVILLE AIR TRAFFIC CONTROL TOWER (BNA ATCT) (A BIPARTISAN INFRASTRUCTURE LAW PROJECT)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159211547597327
Posted Date: Jan 18, 2023
Due Date: Jan 25, 2023
Solicitation No: AC-23-01489
Source: https://sam.gov/opp/83c80ac2ab...
Follow
SOURCES SOUGHT FOR PARKING LOT REPLACEMENT/UPGRADES LOCATED AT FAA NASHVILLE AIR TRAFFIC CONTROL TOWER (BNA ATCT) (A BIPARTISAN INFRASTRUCTURE LAW PROJECT)
Active
Contract Opportunity
Notice ID
AC-23-01489
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 18, 2023 09:20 am CST
  • Original Response Date: Jan 25, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1LZ - CONSTRUCTION OF PARKING FACILITIES
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Nashville , TN 37217
    USA
Description

The FAA is seeking qualified sources to provide statements of interest in response to this announcement for the purpose of market research and determination of acquisition strategy.





This project is intended to be funded by the Bipartisan Infrastructure Law (BIL). As such this project will be subject to associated FAA reporting requirements. If a contract is awarded, the contractor will be responsible to complete and submit this report prior to final payment per the associated contract clause AMS 3.18-1 Bipartisan Infrastructure Law – Reporting Requirements (October 2022) that will be included in any resulting solicitation and contract. A copy of this clause and report form titled “Uniform Bipartisan Infrastructure Law (BIL) Data Report” are available in the attachments of this announcement.





This FAA currently estimates this project should cost between $400K - $550K; however, please note the Statement of Work (SOW) attached to this announcement is considered to be in DRAFT format at this time and subject to change as a result of ongoing market research efforts.





The FAA's current intended procurment strategy is to award a single Firm Fixed Price (FFP) contract competitively to the lowest price bidder that can be determined fully responsive to the solicitation, can affirmatively determined responsible via verification of active registration in System for Award Management (SAM.gov) and possesses no exclusions therein, possess no adverse recent and/or relevant past performance, and present low or no apparent overall risk to the FAA if awarded a contract.





Please note that the attached requirement documents are in DRAFT format and are subject to change. Interested vendors are encouraged to provide any questions, comments, or concerns related to the requirements contained in the draft documents attached in their response.





Responses resulting from this announcement are intended to be used to determine if this requirement can be set-aside for part, or all, for small businesses or for small economically disadvantaged small business. Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) and participants in SBA’s 8(a) program are particularly encouraged to provide statements of interest in this project for set-aside considerations. In addition to small business type, a local area set-aside (vendors whose businesses are based within the local Nashville, TN area) may also be considered if adequate interest is received by the FAA from local vendors as a result of this announcement.







Interested vendors are requested to include the information provided below in thier response to this announcment to assist the FAA in finalizing our acqusition strategy for the forthcoming soliciation.





1. Statement of Capability and interest:



a. A statement of interest that your company would likely bid on this project if a soliciation was released; please identify any missing information or clarification needed for best possible pricing purposes





b. Provision of services as listed in the draft Statement of Work that have



been provided by your firm for similar efforts





c. Previous contracts and awards for similar equipment / services



(elaborate: quantities, dollar amounts and provide detailed information



and past performance)





d. Number of years in business





e. Please clearly state if your company can perform all requirements listed



in the SOW.





2. Expected programmatic approach (in-house, teaming, subcontracting, etc.)





a. Respondents must provide their strategy for accomplishing this



work, including the percentage of work that will be done by eligible small,



service-disabled veteran-owned and 8(a) certified businesses.





3. Rough Order of Magnitude (a ballpark estimate for the FAA’s budgetary planning purposes) for the services described in the requirement.





All responses to this announcement must be received by 4:00 p.m. (Central) on January 25th, 2023.





To ensure your response is not inadvertently identified as spam, or junk email, by the POC of this announcment please include in the title of your response email: “RESPONSE TO AC-23-01489 – BNA PARKING LOT REPLACEMENT”





The FAA requires that all submittals, including attachments, be submitted



electronically to POC identified on this announcement.





The FAA reserves the right to cancel this announcement at any time, for any reason, and without notice.





The Acquisition Management System (AMS) is the governing regulation of FAA acquisitions over the Federal Acquisition Regulation (FAR). You can learn more about the FAA’s acquisition process at the following link:





https://fast.faa.gov/PPG_Procurement.cfm




Attachments/Links
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
  • Jan 18, 2023 09:20 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >