MIAMI EXECUTIVE AIRPORT (TMB) ATCT AND ADMINISTRATIVE BASE BUILDING DESIGN

Agency: TRANSPORTATION, DEPARTMENT OF
State: Florida
Type of Government: Federal
FSC Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 541330 - Engineering Services
Posted Date: Apr 10, 2024
Due Date: Apr 18, 2024
Solicitation No: 697DCK-24-R-00357
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
MIAMI EXECUTIVE AIRPORT (TMB) ATCT AND ADMINISTRATIVE BASE BUILDING DESIGN
Active
Contract Opportunity
Notice ID
697DCK-24-R-00357
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 10, 2024 03:33 pm CDT
  • Original Response Date: Apr 18, 2024 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Miami , FL 33186
    USA
Description

The Federal Aviation Administration (FAA) contemplates issuing a Screening Information Request (SIR) for a qualified and experienced Architect/Engineering Firm to design a new Airport Traffic Control Tower (ATCT) and Administrative Base Building at the Miami Executive Airport (TMB) in Miami, FL.



The purpose of this Sources Sought is to solicit statements of interest and capabilities from Firms that are qualified to complete the type of work described in this notice. There is currently no Set-Aside anticipated.



The Firm will provide all equipment, supplies, labor, transportation, and supervision necessary to perform the tasks described in the scope of work (SOW). The SOW includes, but is not limited to, the following:



A. The design must adhere to the Terminal Facilities Design Standard (TFDS) V2.1 document. The firm must become familiar with this document as it identifies the minimum FAA design requirements to meet the facility's needs in support of the National Airspace System (NAS).



B. Wind Tunnel Testing for Building Design: The firm must conduct a wind tunnel test of the proposed TMB ATCT Structure to identify the optimal wind load design criteria for the ATCT. See Attachment 6 – TMB Minimum Wind Tunnel Testing Requirements.



C. Develop a definitive construction cost estimate by Division per Unit Cost. Unit costs must only include labor, materials, and equipment for each line item. All other costs associated with Division 1 General Requirements, markups, allowances, contingencies, etc. shall be shown individually in the estimate.



D. Prepare and submit all necessary permits to the authorities having jurisdiction (AHJ). Coordinate the design with AHJ to provide permit-ready Issue for Construction package as the final deliverable.



E. The firm must coordinate and attend multiple site visits (see schedule provided below) with the FAA Project Engineer, FAA Planning & Requirements, Local Tech Ops, Local Air Traffic Personnel, and the Miami Dade Airport Authority to verify and obtain local site data, coordinate design intentions, and attend review meetings.



F. As required by the AHJ, a stormwater management system for the site must be designed in compliance with local, state, and federal requirements.



G. Ensure that the Cab, Administrative Base Building, and associated equipment rooms are classified as information technology equipment rooms (ITER) and meet all the requirements for such spaces per NFPA 75.



H. Ensure that the fire life safety, emergency power, and electrical designs comply with Attachment 7 (provided at solicitation)



I. The facility design shall comply with the High-Performance Sustainable Building (HPSB) Guidelines for Federal Buildings.



J. The facility power systems will comply with the FAA CPDS-type Type Radial with Engine Generator and UPS.



K. Develop furniture, fixtures, equipment (FF&E), and interior design for the facility, including finishes.



L. Support construction contract procurement activities.





In order to better understand the market for this potential requirement, the FAA requests the following information from interested Firms:



1. Name of Firm (the resultant Prime contractor that may ultimately be awarded the subsequent contract)



2. Address



3. Point of Contact name, email address and telephone number



4. UEI Number



5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities.



This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government as market research to determine an appropriate acquisition plan.


Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 10, 2024 03:33 pm CDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

View 24-282 Utility Main Installation Projects Bid 05/08/2024 02:00 PM 242821"> 242821 242822">

Charlotte County

Bid Due: 5/08/2024

Design Build Services, Beach Drive and North Shore Drive NE Watermain Replacement (Project

City of St. Petersburg

Bid Due: 5/09/2024

View 24-282 Utility Main Installation Projects Bid 05/08/2024 02:00 PM 242821"> 242821 242822">

Charlotte County

Bid Due: 5/08/2024

View 24-282 Utility Main Installation Projects Bid 05/08/2024 02:00 PM 242821"> 242821 242822">

Charlotte County

Bid Due: 5/08/2024