Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

99 -- CONSTRUCTION/RESTORATION OF VOR NEAR SABINE PASS, TX

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACE-55 Southwest Region (ASW)
 
ZIP Code
00000
 
Solicitation Number
DTFACE-07-R-27042
 
Response Due
3/1/2007
 
Archive Date
3/31/2007
 
Description
The contractor shall coordinate the exact sequence of work with the airport authority through the Contracting Officer's Technical Representative (COTR) prior to construction. The work includes but is not limited to: 1. Furnish competent surveying resources to properly layout the site and provide horizontal and vertical control. 2. Improve existing access road as follows: ??? Remove vegetation, then scarify, dry, and compact the top 6" of existing material to 95% maximum density. ??? Install geofabric (Mirafi 600X or approved equal) and geogrid (Tensar BX1100 or approved equal). ??? Install 12" of crushed rock surfacing per division 2 specification. ??? Install additional rock as required to repair damage due to construction traffic. 3. Install trench, duct, and piping for electrical and mechanical conduit and piping. 4. Furnish and install precast concrete piles per division 2 specifications, and cast in place concrete pile cap per division 3 specifications. Part of the pile cap placement must be phased to allow access for equipment required to offload and install the equipment shelter. 5. Furnish and install structural steel framing for the equipment shelter platform, signal counterpoise, and stairs as indicated on the drawings. 6. Install utility transformer cabinet on the equipment shelter platform. After the shelter is installed by the shelter manufacturer, and primary power cable is installed and terminated by the utility, install the meter base and secondary conduit and wiring between the transformer and meter, and wiring from the meter to service entrance switch. 7. Furnish and install piping required to complete fuel line installation from the existing propane fuel tank to the equipment shelter. 8. After the equipment shelter is installed, complete installation of conduit for telephone cable between the shelter and existing pedestal. 9. After the equipment shelter is installed, complete installation of framing, bar grating, handrails and stairs for the equipment shelter platform and signal counterpoise. 10. Install fiberglass antenna shelter (GFM) as indicated on the drawings. 11. Furnish and install conduit for VOR antennas as indicated on the drawings. 12. Furnish and install conduit and cabling for facility earth electrode system (EES) and associated grounding work as indicated on the drawings. 13. Scarify and compact the top 6" of the existing plot surfacing, and install geofabric, geogrid, and 12" of crushed rock surfacing similar to access road improvements described above, within plot limits as indicated on the drawings. 14. Repair the existing concrete masonry unit (CMU) screen wall around the propane fuel tank. Approximately 20 square feet of the top of wall shall be sawcut and removed, steel reinforcing bars dowelled into existing block, and new CMU blocks installed to match adjacent existing CMU. 15. Regrade and repair all areas disturbed by construction activities, to meet or exceed conditions existing prior to construction. 16. Install and maintain erosion control measures to protect ditches and inlets. 17. Accomplish other incidental duties to accommodate site peculiar conditions. 18. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. To be considered for award of this project the contractor must be currently registered in the Central Contractor Registration (CCR) database (website: www.ccr.gov). TOTAL SMALL BUSINESS SET-ASIDE ESTIMATED PRICE RANGE $500,000 - $975,000 NAIC: 237990 To be placed on the mailing list, please submit you request via e-mail to shirley.hayes@faa.gov or fax to 816-329-3137. The request must include the solicitation number, company name, point of contact, address, phone and fax numbers. This notice is for information 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 bondingassistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enable firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guarantee 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=5416)
 
Record
SN01230404-W 20070214/070212220336 (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.