Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOURCES SOUGHT

99 -- Repair and upgrade of the passenger Elevator at the Airport Traffic Control Tower (ATCT) at Mansfield-Lahm Airport, Mansfield, Ohio.

Notice Date
7/30/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-07-R-00027
 
Response Due
8/6/2007
 
Description
The Federal Aviation Administration (FAA) Great Lakes Region has a requirement to repair and upgrade the existing Elevator at the Airport Traffic Control Tower (ATCT), Mansfield-Lahm Airport, Mansfield, Ohio. Work includes, but not limited to: 1. Install a non-proprietary state of the art microprocessor based controller conforming to the applicable code. Install new leveling system, new AC drive motor, new hoist motor with wiring. 2. Install Firefighter's Emergency Recall. Provide an emergency return system in compliance with the latest state, local, and ASME Code. 3. Provide an ascending over speed protection to comply with A17.1-2000 Safety Code. 4. Provide new governor and governor car rope. 5. Provide new car guide shoes. The roller guides shall be properly aligned in respect to rail surface. 6. Provide a load weighing device. 7. Provide guard railing attached to the top of the car. 8. Replace door operator with new. 9. Provide a mechanical clutch to connect the front of the car and hoistway door. 10. Replace with new all car door tracks for each car door opening. 11. Replace with new landing door gibs and hoistway door interlocks. 12. Provide door escutcheons in front of hoistway doors to give access to unlock hall door using a special key. 13. Replace counterweight guides with new roller style guides. 14. Replace pit stop switch. 15. Replace with new car governor tension sheave. 16. Replace toe guard apron. 17. Replace the existing hall fixtures with surface mount fixtures. Terminal floors shall have single pushbuttons and intermediate floors shall have one button for up and one for down. 18. Provide a hoistway access switch. 19. Install new traveling cable. The outer covering shall be fire resistant and UL listed. Cables shall contain conductors to provide a minimum of 10% spares. 20. Provide new machine room wiring in compliance with ANSI A17.1. All wiring shall be enclosed in new conduits or ducts. 21. Install new car limit cam, final limit switch, and slowdown switch. Furnish and install new car wiring with new duct or conduit. 22. Install new electronic safety edge. The photoelectric shall provide protection across the entire opening. An automatic adjustable timed cutout should be provided should the beam become obstructed for an extensive period of time. 23. Replace with new the car operating panel. The cluster of devices shall be located at a height complying with ADA requirements. Requirements for fire fighter, emergency stop buttons, service key switch, fan and light switch etc. shall be provided. A new Braille tactile/plates to be installed complying the applicable codes. Provide a new ADA complaint hands free phone in the main car operating panel and a new emergency light in the panel. 24. Provide a new car direction indicator with arrows. An audible sound shall indicate the direction of travel. 25. Provide new inspection station on top of the car. 26. The following items shall be reused: a. Geared machine. b. Machine bearings. c. Drive sheave. d. Machine brake. e. Hoist shackles. f. Car doors. g. Car door hangers. h. Inside car lighting, hand rail and sill. i. Ring/worm gears in the existing hoist machine. j. Hoistway entrance frame. k. Counterweight frame, guide rails, and sheaves. m. Rail brackets. n. Pit ladder, car buffer spring, and counterweight buffer spring. 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. Contract performance time is approximately 21 calendar days, with an anticipated start date of project as October 2007. The estimated price range is between $100,000.00 to $250,000.00. NAICS Code is 238290. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AND SCOPEOF WORK AT AN OPERATIONAL AIRPORT FACILITY. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE FIRST TEN CONTRACTORS WHO RESPOND TO THIS ANNOUNCEMENT. Contractors must submit their interest in subject project on letterhead and include the firm's name, address, phone number, fax number, and point of contact by no later than August 6, 2007, 2:00 p.m. (CT). Mail your request to Guadalupe Gonzalez, FAA AGL-51, 2300 East Devon Avenue, Des Plaines, IL 60018, e-mail to Guadalupe.gonzalez@faa.gov, or Fax to 847/294-7801. VERBAL REQUESTS for the SIR WILL NOT BE HONORED. 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/?ref=5896)
 
Record
SN01356131-W 20070801/070730220450 (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.