Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

Renovation of Building 1430 Marine Corps Reserve Center
Renovation
Design
Harrison Township, MI 48045

NVFEL Operations, Maintenance, and Janitorial Contract
Term Contract
Design
Ann Arbor, MI 48105

RFQ - 2022-585-A/E IDIQ Base Contract Market Research - Sources Sought
Term Contract
Bidding
$5,000,000 CJ est. value
Iron Mountain, MI 49801

Replace Elevators Building 2, 7, 13, 39 and 82
Renovation
Bidding
$5,000,000 CJ est. value
Battle Creek, MI 49037

Repair High Bay Lighting
Renovation
Sub-Bidding
$500,000 CJ est. value
Battle Creek, MI 49015

Repair Sloped Roof - Building 6900
Renovation
Sub-Bidding
$1,000,000 CJ est. value
Battle Creek, MI 49015

Negaunee Township - Bathroom Renovation
Renovation
Post-Bid
Negaunee, MI

FY22 USACE LRD Regional Construction Management Services Multiple Award Task Order Contract (MATOC)
New Construction, Renovation, Term Contract
Post-Bid
$200,000,000 to $300,000,000 est. value
Chicago, IL

Various Small Construction Projects within the Boundaries of Great Lakes and Ohio River Divisions
Renovation, Addition, Demolition, Term Contract
Results
Less than $90,000,000 est. value
Chicago, IL - Louisville, KY - Detroit, MI - Allegany, Buffalo, NY - Nashville, TN - Huntington, WV

Construct Addition to Building 1142 Grayling Army Airfield
Addition
Results
Grayling, MI 49738

RFQ Contractor - EHRM Infrastructure Upgrades Design Iron Mountain, MI VAMC
Renovation
Conception
$10,000,000 CJ est. value
Iron Mountain, MI 49801

Renovate Command Post
Renovation
Design
$500,000 to $1,000,000 est. value
Battle Creek, MI 49015

Renovate 9th Floor East Wing
Renovation
Bidding
$2,000,000 CJ est. value
Ann Arbor, MI 48109

Last Updated 08/11/2022 08:05 AM
Project Title

Refurbish the interior and exterior of the CRL VOR Building

Physical Address View project details and contacts
City, State (County) Carleton, MI 48117   (Monroe County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value $103,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Aug 08, 2022 Contract Award Number: 6973GH-22-C-00168 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LE2JAB9XL3E9 Contractor Awarded Name: ARM PROPERTY MAINTENANCE Contractor Awarded Address: Redford, MI 48240-1136 USA Base and All Options Value (Total Contract Value): $103000.00 Proposals are due on July 29, 2022 at 5:00 pm CST. Proposals will not be accepted after this timeframe. o This acquisition is Set Aside for Total Small Business. o The estimated price range of this procurement is $55,000 - $114,000. o Please see the Technical Specifications and Drawing for the VOR Refurbishment in Carleton, MI; Dated September 2021, The contractor is responsible for furnishing all materials (unless noted otherwise in the contract documents), equipment, labor, transportation, insurance, notifications, licenses, permits, fees and supervision necessary for the refurbishing the interior and exterior of the CRL VOR building at Carleton, MI. in accordance with the applicable drawings, specifications and conditions of the contract Terms and Conditions List (a) The contractor is responsible for accomplishing all items of work in accordance with the applicable drawings, SOW and attachments. Additional labor, materials, equipment, and/or appurtenances not specifically detailed or specified, but required to complete the project, must be provided by the contractor as an integral part of the scope of work specified. All work performed and any materials and equipment used will be subject to approval by the Contracting Officer Representative (COR) and Contracting Officer (CO). This shall include but not be limited to testing, inspection, scheduling, reporting, and submittals. (b) Limit work to normal business working hours of 7:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated, amounting to a total of 40 hours/week. No work shall be scheduled or performed on Saturdays, Sundays, federal holidays, or during holiday maintenance moratorium periods, unless approved by the FAA in writing. Deviation from this work schedule may be discussed prior to the Notice to Proceed date during the Pre-Construction Conference. Additional changes/requests to agreed upon work schedule shall be submitted to the COR and forwarded to the CO for approval. All work beyond normal work hours shall be requested in writing to the COR 48 hours in advance. (c) The contractor must coordinate and report each day's work in advance with the Resident Engineer/COR. The contractor will not be allowed access to or to work at the site without the RE/COR on site to serve as an escort. (d) By submission of this offer, the offeror attests that all representations and certifications as reflected in the System for Award Management (SAM) are current and accurate as of the date the offer is submitted. The offeror shall provide immediate written notice to the Contracting Officer if at any time prior to award the offeror learns that any certification or representation in SAM was erroneous when this offer was submitted or has become erroneous by reason of changed circumstances. (e) Specific attention is invited to AMS paragraph 3.2.2.3.1.2.2, Communications with Offerors. The FAA may communicate with one or more Offerors at any time during the RFQ process. Communications with one Offeror do not necessitate communications with other Offerors, since communications will be Offeror- specific. Information determined to have common application and not considered prejudicial to Offerors will be communicated to all Offerors. (f) It is anticipated that price analysis will be based on adequate price competition; therefore, vendors are not required to submit cost or pricing data with its quote. However, if after receipt of offers it is determined that adequate price competition does not exist, uncertified, yet detailed, cost or pricing data may be required. (g) Inspection and Acceptance. The Contractor must only tender for acceptance those supplies or services that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. If repair, replacement or re-performance will not correct the defects or is not possible to correct the defects in a time period deemed reasonable by the Government, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights. (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (h) The Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier. SITE VISIT (CONSTRUCTION) (JUL 2004) (a) AMS clauses 3.2.2.3-42, Differing Site Conditions, and 3.2.2.3-43, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded under this SIR. Accordingly, FAA urges and expects offerors to inspect the site where the work will be performed. (b) Pre-Bid Site Visit TBD. Please contact Jason Fox at Jason.A.Fox@faa.gov if a site visit is needed for proposal by July 14, 2022 with a list of attendees. The Federal Aviation Administration (FAA) has a requirement for the refurbishment of the interior and exterior of the CRL VOR building at Carleton, MI. Please see attachments for specifics. The Contractor shall provide all labor, materials, equipment, transportation, insurance, notifications, licenses, permits, fees, and supervision necessary to perform the work described in the attached Scope of Work and other attachments posted to this announcement. The Acquisition Management System (AMS) applies to FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions of Federal acquisition law. It is anticipated that a firm-fixed-price type construction contract will be awarded as a result of this solicitation (SIR). Site visit instructions can be found in the SIR: Section L, 3.2.2.3-63 Site Visit (Construction). All questions regarding the project/scope of work/plans must be received in writing to Jason Fox @ Jason.A.Fox@faa.gov no later than 5:00 p.m. CST on July 22, 2022, to allow for responses to be provided prior to due date for receipt of proposals. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers July 29, 2022. Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." In addition, offerors must complete and return the attached forms by closing date. The forms are provided as separate documents under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. E-mailed proposals must be received by Jason Fox, @ Jason.A.Fox@faa.gov, no later than 5:00 p.m. CST, July 29, 2022, and must contain 6973GH-22-Q-00173 as part of the e-mail subject line. Any responses received after 5:00 p.m. CST, July 29, 2022, may not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of submittal vendor's response may be determined ineligible. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This 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 proposals. Inquiries regarding this RFQ should be directed to Jason Fox, Contract Specialist, @ Jason.A.Fox@faa.gov *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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