Hawaii Bids > Bid Detail

QKA Cattle Guard Replacement

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159209318826392
Posted Date: Feb 21, 2024
Due Date: Mar 21, 2024
Source: https://sam.gov/opp/16981537cd...
Follow
QKA Cattle Guard Replacement
Active
Contract Opportunity
Notice ID
697DCK-24-R-00168
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 21, 2024 02:21 pm EST
  • Original Date Offers Due: Mar 21, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N095 - INSTALLATION OF EQUIPMENT- METAL BARS, SHEETS, AND SHAPES
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Waialua , HI 96791
    USA
Description

The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-24-R-00168, QKA Cattle Guard Replacement, Waialua (Honolulu), HI as detailed in the Statement of Work (SOW) attached to the Solicitation in accordance with the Acquisition Management System (AMS) 3.2.2.2 Policy as supplemented with additional information included in this notice.



Demolition: Includes, but not limited to, removing five (5) existing cattle guards and concrete basins, asphalt road cutting, site preparation for new catch basins and drains, overburden removal and grading, and rock and gravel for pad, reinforced concrete catch basins, drains and erosion control.



Construction: Includes, but not limited to, installation of five (5) new steel AASHTO U80-standard cattle guards with reinforced concrete catch basins, minimum 24” concrete approach aprons, new asphalt patching, new weather resistant composite fencing, 8” UV protected HDPE double wall drainpipe and erosion control.



The FAA contemplates award of a Firm Fixed Price Contract as a result of this solicitation.



This requirement is set-aside and offered to all small business concerns.



The NAICS code for this acquisition is 237310 – Highway, Street, and Bridge Construction, Standard Size - $45 Million.

The estimated cost magnitude for this project is between $250,000 and $500,000.

Projected Period of Performance for this project is approximately 45 calendar days.

When responding to this Screening Information Request/Request for Proposal (SIR/RFP), each offeror is required to submit a technical proposal AND a cost proposal in accordance with the Screening Information Request (SIR) provision in Section L entitled, "Instructions, Conditions, and Notices to Offerors."

All interested sources should first attempt to download the attached SIR document(s). If downloading is not possible, all requests for copies of the SIR document(s) must be made in writing to the attention of Marc Lemay, Contracting Officer (AAQ-570), via e-mail at Marc.Lemay@faa.gov AND Suzanne.T-CTR.Huggins@faa.gov



NOTE: Electronic submission is preferred. The electronic submission should be in either Microsoft WORD format or portable document format (PDF), not in a zipped format. Please note that the FAA e-mail server restricts file size to 10MB per email message, therefore, responses may have to be submitted in more than one e-mail to be received.

All Questions/Requests for Information (RFI) must be emailed to marc.lemay@faa.gov by no later than March 11, 2024; 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.



Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. Proposals must be received by email no later than March 21, 2024; 3:00 PM EDT to marc.lemay@faa.gov AND suzanne.t-ctr.huggins@faa.gov.

In accordance with SIR Section L provision 3.2.2.3-14 entitled, "Late Submissions, Modifications, and Withdrawals of Submittals," any proposals received after the due time and date of 3:00p.m. EDT, March 21, 2024, will not be considered. In addition, if all requested information is not furnished in the offeror's proposal, the offeror's proposal may be determined to be non-responsive and ineligible for consideration for contract award.

There is an optional site visit on March 7, 2024, at 10:00am.

Meeting point: Mokule’ia Forest Reserve, Mt. Ka’ala Road, Waialua (Honolulu), HI 96791.



To attend the site visit, advanced notice via Marc.Lemay@faa.gov is required. Note: The site visit will be canceled without notice, if no notices of attendance are received by March 4, 2024 at 3:00pm ET.



To be considered for award of this project, the contractor must be currently registered in the System for Award Management (SAM) database (website: www.sam.gov).

This SIR/RFQ 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 requested proposal documentation.



No individual notification of any amendments will be provided. It is the Offeror’s responsibility to visit this website frequently for updates on this procurement.



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


Attachments/Links
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
  • Feb 21, 2024 02:21 pm ESTSolicitation (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 >