4/30/2025
An update has been issued to this Solicitation.
The purpose of this update is to respond to the Requests For Information.
We have added three (3) attachments to this posting:
1. Responses to contractor questions, entitled “RFIs - 697DCK-25-R-00183 QPK HVAC Replacement FINAL”
2. FAA Tax Exmpt Letter, entitled "RFI Attachment 1 - FAA Tax Exemmpt Letter 2022"
3. Site visit attendance roster, entitled "RFI Attachment 2 - RFI Site Visit Attendance QPK HVAC Replacement FINAL"
NO CHANGES to the proposal due date, May 8, 2025; 3:00pm EDT; and all other terms and conditions remain unchanged.
IMPORTANT NOTE: When submitting a bid/proposal, please ensure to provide ALL required information in accordance with Clause SA18 – Proposal Content on page(s) 58-59 of the Solicitation.
***********
The Federal Aviation Administration (FAA), Eastern Acquisitions-AAQ-570, College Park, GA, is issuing Screening Information Request (SIR) Number 697DCK-25-R-00183, QPK HVAC Replacement, Aurora, CO, 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.
The selected Contractor will remove and dispose of the existing wall-mounted VPAC along with two (2) HVAC units and associated ductwork, controls and other related components. The Contractor will also provide and install a new wall-mounted VPAC and 1 mini-split system along with two (2) new 15–ton packaged HVAC units with associated ductwork, HVAC controls, and all associated work and components.
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 238220 – Plumbing, Heating, and Air Conditioning Contractors - $19 Million.
The estimated cost magnitude for this project is between $250,000 and $500,000.
Projected Period of Performance for this project is approximately 60 calendar days.
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.
There is an optional site visit on April 24, 2025, at 10:00am. This is the only site visit that will be scheduled for the anticipated project; and no individual site visits will be permitted.
Meeting point: 39°35'38.9"N 104°41'35.6"W, Aurora, CO 80016
To attend the site visit, advanced notice via Marc.Lemay@faa.gov AND Suzanne.T-CTR.Huggins@faa.gov is required. Note: The site visit will be canceled without notice, if no notices of attendance are received by April 21, 2025, at 3:00pm ET.
All Questions/Requests for Information (RFI) must be emailed to marc.lemay@faa.gov by no later than April 29, 2025; 2:00pm Eastern Daylight Time (EDT) to allow sufficient time to respond. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
No questions concerning the project will be answered during the site visit unless the Contracting Officer or the Contracting Officer's Representative is present at the site visit: however, no changes are made to the SIR unless a written amendment is issued. The FAA assumes no responsibility for any conclusions or interpretations made by the contractor based on the information received by any means other than in writing from the Contracting Officer. The FAA does not assume responsibility for any understanding reached or representation made concerning conditions, which can affect the work, by any of its officers or agents before the execution of this contract, unless that understanding, or representation is expressly stated in the contract.
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 May 8, 2025; 3:00 PM EDT to marc.lemay@faa.gov AND suzanne.t-ctr.huggins@faa.gov
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."
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, May 8, 2025, 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.
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.