Federal Bid

Last Updated on 27 Dec 2008 at 9 AM
Sources Sought
New york New york

99--A/E Services for the Design of the upgrade of the existing HVAC @ Lancaster ATCT, Lancaster Airport, Lititz, PA & Allentown ATCT & Base Building , Lehigh Valley Int'l Airport, Allentown, PA

Solicitation ID 7336
Posted Date 02 Dec 2008 at 3 PM
Archive Date 27 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 6923g3 E. Region, Logistics Div
Agency Department Of Transportation
Location New york New york United states
********************AMENDMENT******************** This is an amendment to clarify and add information to the previous public announcement for DTFAEA-09-R-SJ002, to provide Architectural and Engineering (A/E) services for the design of the upgrade of existing Heat, Ventilation and Air Conditioning systems at Lancaster Air Traffic Control Tower (ATCT) Airport, Lititz, PA and Allentown ATCT and Base Building, Lehigh Valley International Airport, Allentown, PA. THIS AMENDMENT IS STRICTLY FOR THE FOLLOWING COMPANIES (IN NO PARTICULAR ORDER) WHO INITIALLY PROVIDED A PROPOSAL TO THE PUBLIC ANNOUNCEMENT. NO NEW PROPOSALS WILL BE ACCEPTED, NOR DO THE FOLLOWING COMPANIES NEED TO PROVIDE ADDITIONAL INFORMATION UNLESS SPECIFICALLY STATED!!! 1. L. Robert Kimball & Associates, Architects and Engineers, Inc., Pittsburgh, PA2. Lilker Associates Consulting Engineers, PC, New York, NY 3. Lockwood Kessler & Bartlett Inc., Syosset, NY 4. Becht Engineering BT, Inc., Point Pleasant Beach, NJ 5. Davidson & Associates Inc., Overland Park, KS 6. Benham, Oklahoma City, OK 7. Hartrampf, Atlanta, GA 8. HVAC CAD Systems, LLC, Danvers, MA The following changes/clarifications have been made to DTFAEA-09-R-SJ002: 1. Estimated Cost of A/E Services shall be approximately 10% to 20% of the Construction costs, which are: Lancaster ATCT - $500,000.00 to $1,000,000.00 Allentown ATCT - $500,000.00 to $1,000,000.00 TOTAL - $1,000,000.00 to $2,000,000.00 2. KD001 - Financial Capability: This is a procurement for A/E services; therefore item number one from the initial solicitation for bonding requirements has been removed and will not apply. 3. KD002 - Technical Experience/Capability (Submit SF 330): The following Technical Experience/Capability sub-factor has been added as number five to the initial solicitation: "FAA experience of similar size, scope and complexity of this project shall be a consideration towards qualification." If a firm did not provide the aforementioned FAA experience information, please provide on an SF 330 form, by 3:30 PM, EST on December 5, 2008 via fax, email, U.S. Postal Service, Certified and Registered Mail, Special Delivery or overnight mail to the following address: DOT/Federal Aviation Administration1 Aviation PlazaJamaica, New York 11434ATTN: Steven Jones, Contracting Officer, ASO-52-NY Tele: (718) 553-3049Fax: (718) 995-5685Email: [email protected] ALL OTHER TERMS AND CONDITIONS PREVIOUSLY STATED IN THE PUBLIC ANNOUNCEMENT SHALL REMAIN UNCHANGED.
Bid Protests Not Available