Similar Projects
Emergency Response for Escalator Work at Financial District Metromover Station
Renovation
Sub-Bidding
$1,200,000 CJ est. value
Miami, FL 33131

Pre-Qualification Pool Purchase of Light Poles, Fixtures, and Bases
Alteration
Post-Bid
Miami Beach, FL

Repair, Purchase, and Maintenance of Power Generating Systems
Term Contract, Alteration
Post-Bid
FL

McMinn Substation Transformer Repairs
Alteration
Results
Homestead, FL

Upgrade Existing Data Center
Alteration
Results
Palmetto Bay, FL 33157

Systemwide Emergency Power Generators Maintenance
Alteration
Post-Bid
Miami, FL

Electrical Maintenance Services
Term Contract
Results
Aventura, FL

Shore Power For Terminals
Term Contract
Post-Bid
$97,439,913 est. value
Miami, FL 33132

Elliot Key Generator Replacement and Installation
Term Contract
Results
Homestead, FL 33033

Installation and Removal of Holiday Lighting
Term Contract
Post-Bid
$42,000 CJ est. value
North Miami, FL 33161

Well Light Repairs and/or Replacement/Upgrades for City Hall
Alteration
Results
Homestead, FL 33030

Purchase of Wire for the FKAA J.R. DEAN Water Treatment Plant Wire Replacement Project
Term Contract
Post-Bid
Homestead, FL 33034

Replacement of UPS Batteries at Various Locations
Alteration
Results
Miami Beach, FL 33139

Electrical Repair Services at Police Facilities
Term Contract
Post-Bid
Miami, FL 33132

Krome Pole Lights
Alteration
Results
Homestead, FL

Last Updated 07/21/2023 06:04 AM
Project Title

Miami ARTCC (Air Route Traffic Control Center) Emergency Lights Battery Backup Systems Replacement

Physical Address View project details and contacts
City, State (County) Miami, FL 33166   (Miami-Dade County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $50,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-5AO ATL, College Park, Georgia has a requirement for Consolidated Facilities Maintenance Replacement of the Emergency Lighting Battery Backup at various Federal Aviation Administration (FAA) facilities Miami ARTCC, located at 7500 NW 58th Miami FL 33168, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors. 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): 335999 - Facilities Support All Other Miscellaneous Electrical Equipment and Component Manufacturing and the small business size standard is 500 employees. This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using a tiered order of precedence. First Tier. It is the intent of the FAA to attempt to award a contract on a competitive basis to a socially and economically disadvantaged business (SEDB) that has been expressly certified by the Small Business Administration for participation in its 8(a) program, a service-disabled veteran owned small business (SDVOSB), or a woman owned small business, provided that adequate competition is received and an award can be made at a fair and reasonable price. Second Tier. If circumstances do not permit award in the first tier, then the Government will proceed with evaluations of offers from any small business concern, provided that adequate competition is received and an award can be made at a fair and reasonable price. Third Tier. Finally, if circumstances do not permit an award in the second tier, the FAA will evaluate offers and attempt to award a contract on the basis of full and open competition from among all responsible, responsive offers received providing award can be made at a fair and reasonable price, see Section M, Basis for Award. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation. SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect the Site to gain a thorough understanding of Site Conditions and Scope of Work that are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site do so constitute grounds for a dispute after contract award. Therefore, a Site Visit has been scheduled for 21 June 2023 -10 am EST. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit, see the POC info below: Name: Rafael Rivera Email: rafael.rivera@faa.gov Address: Miami Air Route Traffic Control Center 7500 NW 58th Miami FL 33168 Telephone: 786-298-8178 mobile/ 305-716-1621 office Information provided at the Site Visit, as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process. 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: 10 July 2023- NLT 5:00 PM Eastern Submissions must be submitted via electronic email copy only. Proposals can be submitted via email to regina.singleton@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 regina.singleton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 28 June by 5:00 PM Eastern. 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 regina.singleton@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. This RFP 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. For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. Provide and install all parts, components, and materials necessary for the repair of two (2) Emergency Lighting Battery Backup Systems located at the Miami ARTCC, Miami, FL Note: Replacement Batteries Specifications- Myers Battery BAT CG12105H-DC Capacitors: CA100000C200/ AC Capacitors: CO00030C370. Brand Name or equal with supporting documentation or written authorization from the original manufacturer, (Meyers). A single contract award will be made resulting from this Screening Information Request (SIR) based on Lowest Price Technically Acceptable (LTPA) by way of the Tied Evaluation method. NAICS Code: 335999 Small Business Size Standard: 500 employees Estimated Project Cost Magnitude is less than $50,000.00 Performance and Payment Bonds are NOT required for this requirement. All submittals must be approved before issuance of the Notice to Proceed (NTP). Milestones: Site visit attendee list due Tuesday, June 20, 2023 by 12:00pm EDT to rafael.rivera@faa.gov. Site visit date Wednesday, June 21, 2023 at 10:00am EDT Requests for Information and Questions are due June 28, 2023 5:00pm EDT to regina.singleton@faa.gov All Offers are due July 10, 2023 at 5:00pm EDT to regina.singleton@faa.gov 00001 Miami ARTCC, Miami FL- Replace Emergency Lights Battery Backup Systems Provide and install all parts, components, and materials necessary for the repair of two (2) Emergency Lighting Battery Backup Systems located at the Miami Air Routing Traffic Control Center (ARTCC), Miami, FL Note: Replacement Batteries Specifications- Myers Battery BAT CG12105H-DC Capacitors: CA100000C200/ AC Capacitors: CO00030C370. Batteries listed are a direct replacement for existing batteries. The Meyers batteries have proven to be compatible with the Myers Central Inverter System Illuminator; therefore, Brand Name is preferred and if any Offeror intends to use an equal alternative it must be proven compatible by supporting documentation or by written authorization from the original manufacturer, (Meyers) shall be included in the Offeror's Technical proposal. Otherwise, the Government reserves the right to deny its use. Electronic & IT: 03 The Notice To Proceed (NTP) will be issued to give notice to the contractor when onsite work can be started and when the project is to be completed based upon the performance time stated in Clause 3.2.2.3-71 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK. Prior to its issuance, the Contracting Officer will ensure all required submittals are delivered to and approved by the FAA, that all required insurance and bonding documents have been submitted and are acceptable, and the materials and/or equipment are delivered to the site. Instead of a general notice, a Limited Notice To Proceed may be issued after award to specify which portions of the work that the contractor should begin. For instance, to place orders against the award or make onsite surveying and/or markings, or other necessary coordination efforts.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents