Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOURCES SOUGHT

99 -- ESTABLISH INSTRUMENT LANDING SYSTEM (ILS), GLIDE SLOPE AND LOCALIZER WITH DISTANCE MEASURING EQUIPMENT (DME) FOR RUNWAY 34 ??? ARLINGTON MUNICIPAL AIRPORT, ARLINGTON, TX

Notice Date
12/13/2006
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, Acquisition Management Branch Southwest Region (ASW)
 
ZIP Code
00000
 
Solicitation Number
DTFASW-07-R-00004
 
Response Due
12/15/2006
 
Description
ESTABLISH INSTRUMENT LANDING SYSTEM (ILS), GLIDE SLOPE AND LOCALIZER WITH DISTANCE MEASURING EQUIPMENT (DME) FOR RUNWAY 34 - ARLINGTON MUNICIPAL AIRPORT, ARLINGTON, TX POINT OF CONTACT: CARLA BRAWLEY, Contracting Officer, 817 222-4331 The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for establishment of the Localizer, DME and Glide Slope to serve Runway 34 at Arlington Municipal Airport, Arlington, Texas. Work will consist of, but is not limited to the following: 1.Construct Instrument Landing System (ILS) Glide Slope and Localizer/DME Facility Sites. 2.Site clearing, tree removal, fill, grading, and drainage 3.Installation of Government Furnished Equipment/Materials including shelters, antenna systems including support structures with mounting of all antenna elements and related cabling, conduit/wiring and obstruction lighting. 4.Associated facility plots with parking areas and access roads. 5.Concrete foundations as indicated on drawings. 6.Electric power and control services including testing and terminations 7.Underground ducts (with concrete encasement where required), handholes and bores (under access pavement locations) for electrical power and control/monitor cables to ILS facilities 8.Control/RMM cable (GFM) installation through underground ducts (installed via #7 and exist. to ATCT) from LOC/DME & GS sites to exist. new ATCT (and up cable chase to 5th floor equipment room). 9.Grounding and lightning protection systems. 10.Restoration of affected areas by backfilling/compaction and replanting 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 in order to accommodate airport operations with minimal/no impact. All work shall be in accordance with the specifications and drawings. 1.Contract performance time is between 120 days & 150 days. 2.Projected contract award date will be first week of March, 2007 3.This procurement is total Small Business Set Aside 4.The North American Industry Classification System (NAICS) is 237990 and the small business size standard is $31 Million. 5.The dollar range for this project is between $500,000 and $1,000,000 6.A mandatory (pre-bid) meeting will be conducted during week of Jan 15, 2007. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in solicitation package. 7.Contractor is expected to perform at least 15 % of the work utilizing the contractor's own employees. THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE AND/OR AWARD: 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. c.Contractors must have active registration in CCR before contract award can be made. Contractors can register at: http://www.ccr.gov/ The solicitation package is expected to be available the first week of January, 2007. Contractors must submit their request, including required documentation, for this package no later than 4:00 pm (CDT) by December 18, 2006. Contractors must provide their company name, physical mailing address, telephone number and FAX number and complete and submit the following: 1.Past performance information to include facility where work was performed, contract number, date work was completed, POC at facility and telephone number. 2.Document Security Notice to Prospective Offerors (attached) 3.Business Declaration (attached) 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 mail them to FAA/ASW-55, Attention: Carla Brawley, 2601 Meacham Blvd., Fort Worth, TX 76137-4296 NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5291)
 
Record
SN01195665-W 20061215/061213220421 (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.