Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
MODIFICATION

99 -- INSTRUMENT LANDING SYSTEM LOCALIZER/DISTANCE MEASURING EQUIPMENT (ILS/DME) AND GLIDE SLOPE (GS) INSTALLATION, RUNWAY 33, ROBERT GRAY ARMY AIRFIELD, KILLEEN, TEXAS (FORT HOOD)

Notice Date
1/30/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, Acquisition Southwest Region (ASW)
 
ZIP Code
00000
 
Solicitation Number
DTFASW-06-R-00024
 
Response Due
2/6/2006
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for the installation of the Localizer/DME and Glide Slope at Runway 33, Robert Gray Army Airfield, Killeen, Texas. Work will consist of, but not limited to, all construction necessary (per requirements of project design specifications and plans) for installation of an ILS to serve Runway 33. The ILS will consist of a Localizer, Distance Measuring Equipment and Glide Slope. Install Government-furnished equipment including cables, shelters and antennas. Provide concrete foundations. Construct asphalt/aggregate drives, turn around areas, and associated walkways. Provide electric power and control services. Provide underground ductbanks with concrete encasement, manholes, and pullboxes for electrical and control services to all facilities. Restore affected areas by repairing paving, parking areas, and backfilling and sodding to match surrounding areas. This is an active airport and the contractor shall comply with all procedures, rules and regulations of airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other items, which will affect the contractors' operations. The contractor is expected to perform at least 20% of the work using its own employees. 1. Contract performance time is 90 calendar days. Phase I - construction of LOC and GS within the first 45 calendar days, and Phase II - installation of RMM cables in the last 45 calendar days. 2. This procurement is set-aside for Small Business 3. The North American Industry Classification System (NAICS) is 237990 and the small business size standard is $28.5 Million. 4. The dollar range for this project is between $250,000 and 500,000 5. Mandatory site visit will be conducted. The date and time to be determined. **************************************************** THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO GO criteria: a. The contractor must have successfully completed similar projects both in dollar amount and scope, on an operational airport. b. The contractor must have delivered a quality product in the timeframe established by the contract. ****************************************************** The contractor must provide the name of the facility where work was performed, contract number, along with a point of contact at the facility and telephone number. This information is to be submitted with the request for specifications and plans. The Request for Offer (RFO) is expected to be available late February 2006. Contractors must submit their request for this RFO no later than noon (CST) by February 6, 2006. Contractors must provide name of company, physical mailing address, telephone number and FAX number and complete the two attached documents: (DOCUMENT SECURITY NOTICE TO PROSPECTIVE OFFERORS AND BUSINESS DECLARATION). RFO packages will be provided only to the first ten (10) qualified requestors. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994, or e-mail requests to ROSEMARIE.MENDOZA@FAA.GOV. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4575)
 
Record
SN00975972-W 20060201/060130212648 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.