Massachusetts Bids > Bid Detail

Geotech Study to determine onsite soil strength and bearing capacity for the design of a new concrete shelter's foundation.

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: NBD00159527353433657
Posted Date: Apr 19, 2023
Due Date: May 10, 2023
Solicitation No: 6973GH-23-Q-00115
Source: https://sam.gov/opp/7f45ec1ca9...
Follow
Geotech Study to determine onsite soil strength and bearing capacity for the design of a new concrete shelter's foundation.
Active
Contract Opportunity
Notice ID
6973GH-23-Q-00115
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2023 10:50 am CDT
  • Original Date Offers Due: May 10, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Boston , MA 02128
    USA
Description

The Federal Aviation Administration (FAA) has a requirement for a Geotech Study to determine onsite soil strength and bearing capacity at the localizer site located off of Saratoga Street North of Boston Logan International Airport in Boston, MA. The contractor is to also provide a sealed foundation design.



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 purchase order will be awarded as a result of this solicitation (SIR).



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 May 3, 2023 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 May 10, 2023. 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, May 10, 2023 and must contain 6973GH-23-Q-00115 as part of the e-mail subject line.



Any responses received after 5:00 p.m. CST, May 10, 2023, 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 SIR/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 proposals.



Inquiries regarding this SIR/PO should be directed to Jason Fox, Contract Specialist, @ Jason.A.Fox@faa.gov


Attachments/Links
Attachments
Document File Size Access Updated Date
SOW Ex_BOS 4R LOC Geotech_ver2.pdf (opens in new window)
98 KB
Public
Apr 19, 2023
Shelter Details.pdf (opens in new window)
948 KB
Public
Apr 19, 2023
file uploads

Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2023 10:50 am CDTSolicitation (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 >