Arkansas Bids > Bid Detail

SWITCHBOARD 1 AND SWITCHBOARD 2 EQUIPMENT PROCUREMENT

Agency: Arkansas Democrat-Gazette
Level of Government: State & Local
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD15618069515472487
Posted Date: Jun 5, 2023
Due Date: Jun 29, 2023
Source: https://classifieds.arkansason...

LITTLE ROCK MUNICIPAL AIRPORT COMMISSION
Little Rock, Arkansas
SWITCHBOARD 1 AND SWITCHBOARD 2 EQUIPMENT PROCUREMENT
LIT PROJECT NO. 231100 / SUB PROJECT NO. 231130
00 11 00 ADVERTISEMENT FOR BIDS
Sealed bids for SWITCHBOARD 1 AND SWITCHBOARD 2 EQUIPMENT PROCUREMENT, to be constructed for LITTLE ROCK MUNICIPAL AIRPORT COMMISSION will be received at the Bill and Hillary Clinton National Airport, 1 Airport Road, Little Rock, Arkansas 72202 and addressed to the attention of Suzanne Peyton. Bids will be received until 2:30PM on THURSDAY, JUNE 29, 2023, at which time the bids shall be publicly opened and read aloud. Sealed bids submitted prior to the bid opening may be sent to the Bill and Hillary Clinton National Airport, ATTN: Suzanne Peyton, 1 Airport Road, Little Rock, Arkansas 72202. If necessary, virtual meeting information will be sent out to all plan holders prior to the bid opening.
Bids will also be received through the QuestCDN online bid interface. To access the electronic bid form,
download the project document, refresh the project’s page on the online plan room, and then click the “on-line bid” button below the project name. Instructions for QuestCDN online bidding will be provided to all
plan holders as an attachment to the first addendum.
An optional Pre-Bid Conference will be held on Thursday, June 15, 2023 at 2:00PM in the Clinton Conference Room located on the 2nd floor of the Bill and Hillary Clinton National Airport Terminal Building. If necessary, information regarding the virtual meeting will be sent out to all plan holders one week prior to the meeting time. Each bidder shall be limited to three personnel per organization.
The Project consists of procurement of replacement switchboards for Switchboard 1 and Switchboard 2, to be provided to the airport, for future installation within existing electrical rooms. Construction of the electrical rooms and installation of the equipment are separate projects.
Bids will be received for a single prime contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items as indicated in the Bid Form.
Digital copies of the bid documents are available at http://Planroom.GarverUSA.com for a fee of $42 These documents may be downloaded by selecting this Project from the “Plan Room” link, and by entering Quest Project Number 8544715 on the “Browse Projects” page. For assistance and free membership registration, contact QuestCDN at 952.233.1632 or info@questcdn.com . Addendums to the bid package will be issued through the Garver online Plan Holders List; therefore, all Bidders shall be responsible for downloading the bid documents from the Garver online plan room in order to be included in the Plan Holders List. Bidders must enter the addenda numbers in Article 3.01 of the Bid Form to verify receipt.
Bids shall be accompanied by a bid security in accordance with the Instructions to Bidders. The successful Bidder must furnish Performance and Payment Bonds in accordance with the Contract Documents.
All Bidders shall make good faith efforts, as defined by Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract a minimum of 12% of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).
Bidders must be licensed to perform work within the state of Arkansas.
Federal Requirements for Federally Funded Projects. This Project is being partially funded under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP). Contractors must comply with specific federally required provisions as listed herein and contained in the contract documents. The following federal provisions are incorporated in this solicitation by reference:
•        Buy American Preference (49 USC § 50101)
•        Trade Restriction Certification (49 USC § 50104, 49 CFR part 30)
•        Disadvantaged Business Enterprise (49 CFR part 26)
•        Davis-Bacon Requirements (2 CFR § 200, Appendix II(D), 29 CFR Part 5)
•        Procurement of Recovered Materials (2 CFR § 200.322, 40 CFR part 247, Solid Waste Disposal Act)
•        Debarment and Suspension (2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5)
•        Lobbying and Influencing Federal Employees (31 USC § 1352, 2 CFR part 200 Appendix II(J), 49 CFR part 20 Appendix A)
Affirmative Action Requirement.
1. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:
Timetables
Goals for minority participation for each trade: 15.7%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Arkansas, Pulaski, Little Rock.
Civil Rights Title VI Assurance
The LITTLE ROCK MUNICIPAL AIRPORT COMMISSION, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any Contract entered into pursuant to this advertisement, disadvantaged business will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Bids must remain in effect for [90] days after the bid opening date. Within [90] days from the bid date, the Owner may award the contract to the lowest responsive, responsible Bidder or reject any or all Bids for the Project.
The LITTLE ROCK MUNICIPAL AIRPORT COMMISSION reserves the right to reject any or all Bids, to waive irregularities in the Bids and bidding deemed to be in the best interests of the LITTLE ROCK MUNICIPAL AIRPORT COMMISSION, and to reject nonconforming, nonresponsive, or conditional bids.
Owner: LITTLE ROCK MUNICIPAL AIRPORT COMMISSION
By: Suzanne Peyton
Title: Director of Properties, Planning and Development
Date: June 4th, 2023
This publication was paid for by the Little Rock Municipal Airport Commission. The amount to be paid for this publication is $1,139.92.
294070f

Bids/Requests |
Post Date: 06/04 12:00 AM

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 >