Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2006 FBO #1829
SOURCES SOUGHT

99 -- General Interior Construction work at the Airport Traffic Control Tower and Base Building, Gerald R Ford International Airport, Grand Rapids, Michigan

Notice Date
11/27/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-51 Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-07-R-00077
 
Response Due
12/6/2006
 
Description
The Federal Aviation Administration (FAA) Great Lakes Region has a requirement to do general interior construction work at the Airport Traffic Control Tower (ATCT), Gerald R Ford International Airport, Grand Rapids, Michigan. Work includes, but not limited to for PHASE II: CAB LEVEL: 1. Remove and replace carpets with anti-static carpeting per specifications. 2. Replace door gasket on Cab roof access door and stairway coded door. 8TH FLOOR: 3. Remove ceiling tiles and frames in NATCA office and repaint walls. Extend the drywall to the deck plate. Provide cutouts for penetrations of cabling and duct work through the wall. 4. Install 60W Max. Light fixture in janitor's closet in NATCA office. 5. Replace door gasket 8th floor elevator level balcony access door and elevator ventilation shaft door inside elevator room. 7TH FLOOR: 6. Replace the plastic humidifier line with a copper line. 7. Replace the 7th floor bathroom fan with a 150 cfm or greater flow model. 8. Replace door gasket on room 702 gaskets and install threshold. 6TH FLOOR: 9. Reset 6th floor bathroom door 1/8" higher in frame to eliminate scraping issue. 10. Install window opening limiting chain in the 6th floor men's room window to limit the opening to 4". 11. Re-wrap exposed piping and replace corroded pipes. 12. Remove fabric covered walls in TRACON and repaint underlying drywall with sound absorbent paint. 13. Remove and replace carpets with anti-static carpeting per specifications. 14. Remove and replace black ceiling tiles and frames in the TRACON. 15. Remove and replace all HVAC filters and clean out window weeps. GENERAL ITEMS: 16. Clean all ducts and light fixtures in the entire facility. 17. Remove and replace all HVAC filters from the 3rd floor to the CAB level 18. Remove and replace carpet on each floor except for the Air Traffic Manager's Office on the 3rd floor. The CAB, TRACON and 5th floor equipment room require anti-static carpet. 19. Air test and balance all diffusers to ensure positive pressure is maintained. 20. Repair all damaged drywall in the stairwell and on all floors (mainly 4th floor break room, storage area). 21. Add a mid-rail to the open side handrail from the 3rd floor to CAB level bold the new rail to match existing. NOTE: ALL OF PHASE 1 MUST BE COMPLETED BEFORE PHASE 2 WORK CAN BEGIN. Duration of project is sixty (60) days. The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer for this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via fax with your name, company name, address, and phone number to Dennis Shub, AIM, Inc. (847) 294-8050 or E-Mail: Dennis.ctr.Shub@faa.gov by close of business December 6, 2006. Estimated date of mailing is December 8, 2006. The estimated price range is between $100,000.00 to $250,000.00 VERBAL REQUESTS for the RFO/SIR WILL NOT BE HONORED. NAICS Code is 237990 This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5263)
 
Record
SN01186561-W 20061129/061127220239 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.