United States - BIL Funded - Booster Pump Replacement at West Palm Beach ATCT
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 15 July 2024
- Opportunity publication date
- 12 June 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
The Federal Aviation Administration (FAA), AAQ-5A0 has a Bipartisan Infrastructure Law (BIL) requirement located at 3550 Belvedere Road, West Palm Beach, FL 33406 to provide all labor, tools, equipment, materials, transportation, clean up, and supervision required to:
Remove and replace two (2) Booster Pumps, equal to: Grundfos 45S50-12 2NPT 4” 60- 98924050.
2. Remove and replace two (2) Booster Pump Motors, equal to: Franklin 2347278602G. To include new mounting hardware, and isolation/vibration lines.(See 2. SPECIAL REQUIREMENTS)
3. Replace and/or Repair Upper Distribution Manifold. Install one (1) Di-Electric union on the outlet end to prevent electrolysis and to facilitate replacement of dissimilar pipe fittings. (See photo’s Page 10), (See 2. SPECIAL REQUIREMENTS)
4. Replace two (2) Oil filled gauges.
5. Replace one (1) Surge Arrester. (See photo)
6. Replace all appurtences equal or similar, re: Isolation Ball Valves, Hoses, Clamps, Connectors, Unions, Pipe Couplers, Elbows, Bushings, Reducers, etc. required for a complete and operational pump booster system. (Re: Electrical, Mechanical, etc.)
7. The Contractor shall properly dispose of all existing equipment that has been replaced. Disposal will be IAW County, State and Federal requirements. (see the statement of work with pictures as part of the attachments )
PERIOD OF PERFORMANCE:
The performance period for this contract shall begin within 5 days of Notice to Proceed (NTP). For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 238220– Plumbing, Heating, and Air-Conditioning Contractors and the small business size standard is $19 million.
This requirement will be a total set-aside for Small Disadvantaged businesses and the Government intends to award a single firm fixed priced contract based upon this Request for Proposal (RFP) (See Sections L and M of the Solicitation document for further details), in accordance with AMS Policy 3.6.1.3.4 Set-Asides to Small Businesses Owned and Controlled by Socially and Economically Disadvantaged Individuals (8(a) Certified), Service-Disabled Veterans, Historically Underutilized Business Zones, Small Disadvantaged Business, Women Owned Small Business, and Economically Disadvantaged Women-Owned Small Businesses, which requires procurements with an anticipated dollar value exceeding $10,000, but not over $250,000 to be automatically reserved, set- aside and awarded to businesses within the aforementioned socioeconomic categories.
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.
SITE VISIT:
SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED
Please contact:
Michael J Chrisman
Phone: Office 561-275-1201, Cell 954-410-7106
Email: michael.j.chrisman@faa.gov
Notice:
To be considered for award of this project, the contractor MUST have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award.
When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section).
Proposal due date: 15 July 2024- NLT 5:00 PM Central Daylight Time
Submissions MUST be submitted via electronic email copy ONLY to wayne.mottley@faa.gov.
Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals.
Please refer all questions in “writing” only to wayne.mottley@faa.gov.
The Offerors may begin submitting questions and comments immediately after release of the SIR up to 08 July 2024- 5:00pm Central Daylight Time. Responses to questions will not necessarily change the date proposals are to be received. Offerors must submit all questions and comments via E-Mail to wayne.mottley@faa.gov, questions submitted via phone call will not be answered. The FAA will respond publicly in writing within five (5) business days on the SAM.gov website to all potential Offerors. Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.
- Opportunity closing date
- 15 July 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- 697DCK REGIONAL ACQUISITIONS SVCS
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.