Oklahoma Bids > Bid Detail

Headquarters Building Electrical and Mechanical Upgrade

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159770464733203
Posted Date: Feb 15, 2023
Due Date: Mar 2, 2023
Solicitation No: SS-2-14-23
Source: https://sam.gov/opp/1fc767e482...
Follow
Headquarters Building Electrical and Mechanical Upgrade
Active
Contract Opportunity
Notice ID
SS-2-14-23
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973FK MIKE MONRONEY AERO CNTR
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: Feb 14, 2023 06:11 pm CST
  • Original Response Date: Mar 02, 2023 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Oklahoma City , OK 73145
    USA
Description

The Headquarters Building (HQB) at the MMAC is a 162,838 GST building originally constructed in 1958 and is comprised of a partial basement and three floors above grade. This project will upgrade the existing electrical and mechanical systems. Construction of this project is phased and coordinated to make use of a time when a large portion of the building is vacated of occupants and will allow efficient upgrade the mechanical and electrical systems.



Background



This project replaces the VAV terminals through-out building with new DDC VAV terminals. The AHU that serves the Auditorium with be replaced with new. Electrical upgrades include replacing the following: the main service entrance surge protection, the overcurrent protection devices in fused disconnect panels, the distribution panels that have minimal spare growth capacity, the basement below-slab conduit and conductors with above-slab routing, the existing in-slab floor-box raceway conductors and wiring devices, the existing diesel generator with a new natural gas generator and automatic transfer switches, the generator power distribution with separate life-safety and stand-by distribution systems, the lighting and controls, and the fire alarm system. Additional electrical closets will be installed to address existing code violations and to accommodate new equipment. Architectural finishes including new carpet, new ceiling grid and ceiling tile will be replaced affected areas.



Response to this Market Survey:



Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. Responses to this market survey will be used for informational purposes only.



All responses (one response per company) are to be provided on company letterhead. No type font less than 12-point may be used. Responses must be received by 12:00 P.M., Central Time on March 3, 2023. Market survey responses received after the time and date specified will be determined to be late and may not be considered.



Capability Statement:



Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities:



1. Company Information



• Name and address of company



• Point of contact (name, title, telephone number, and email address)



• Contractor Size



• Number of years in business



• NAICS Codes



• Capability Statement with detailed narrative that fully outlines and describes size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) that will meet all the requirements as outlined in the SOW, provide supporting information which fully supports its capability.



2. Potential Partnership Agreements



3. Current Contracts (I.E. GSA Schedules; eFAST MOA; Blanket Purchase Agreements (BPA) etc. currently in place or that will be placed)



Respondents must be active in the System for Award Management (SAM) (www.sam.gov). Please provide the FAA with the SAM UEI and Duns number.



Attached is a draft of the Statement of Work (SOW). Respondents are encouraged to review the statement of work and provide comments.



***No Phone Calls Please***



All responses to this market survey must be received by 12:00 P.M, Central Time on March 2, 2023. All questions and submittals should be submitted electronically to:



Email: cynthia.cooper@faa.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 6500 SOUTH MACARTHUR BLVD., RM 316
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 14, 2023 06:11 pm 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 >