Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOURCES SOUGHT

99 -- MODERNIZATION OF AIR TRAFFIC CONTROL TOWER AT NAPA, CA.

Notice Date
4/7/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AWP-52 Western Pacific Region (AWP)
 
ZIP Code
00000
 
Solicitation Number
DTFAWP-08-R-01133
 
Response Due
4/25/2008 5:00:00 PM
 
Archive Date
5/10/2008
 
Point of Contact
Michael Waite, (310) 725-7560
 
Description
THE POINT OF CONTACT FOR THIS PROCUREMENT IS BARBARA "BJ" FISHER TELEPHONE: (310) 725-7550 SIR Description: This a small business set-aside. The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to modernize the Air Traffic Control Tower at Napa, CA. Contractor shall provide all necessary labor, materials, equipment and services to modernize the Napa ATCT. Work includes but is not limited to the following: Asbestos and Lead Abatement:The modernization work shall start with Asbestos (ACM) and Lead Containing Coating (LCC) Abatement. The contractor shall remove TSI fittings on the piping and duct, tiles on the third floor, asbestos in located in the mastic of the tiles. LCC, spot removal, shall be removed from handrails, structural beams and walls in the Electronic Equipment room. Mechanical Work: The contractor shall disconnect existing water supply piping and install a new 2 ½ " copper piping, approximately 220 lft, connect to existing water line, replace domestic cold and hot water piping inside of the tower, provide and install a new water softener, reverse osmosis units, and electrical instantaneous water heaters. The contractor shall replace duct insulation in the mechanical room, remove portion of the duct connected to plenums, install the new outside air supply duct, replace two diffusers and balance two air handling units located in the tower. Install two exhaust fans in the restrooms. Electrical Work:Provide a new power supply in the tower, a new Main Service Entrance Disconnect and meter. Install a new grounding system throughout the facility, main ground plate, and multi-point grounding plates. Install the ground for a new Electrostatic Dissipating tiles and carpet. Replace all lighting fixtures with T8 lights and fixtures. Upgrade the lighting protection system. The contractor shall submit a complete set of short circuit calculations and protective device coordination study. The study shall be performed by the latest version of EDSA software. Structural Work:The contractor shall install new L4x3x1/4 struts below the slab, in the first floor and weld it to exterior columns. Architectural Work:The contractor shall remove concrete pads located in the old mechanical room, remodel exiting restroom and janitor room located on the first floor. Remove partition and install a new wall on the second floor, extend existing ceiling grid and provide new ceiling tiles. Replace gypsum ceiling located on the fourth floor Break room. Install the Electrostatic Dissipating carpet in the Cab and the Electrostatic Dissipating tiles in the Electronic Equipment room. Install a new 1" std. pipe 4 "above the stairs surface throughout the facility. Replace all stair vinyl tread covers in the tower with non-slip rubber surface. Remove existing fixed ladder located in the Cab ceiling and install a new retractable ladder, and provide a new ceiling cover. The Contractor will be asked to price the Options items listed below and prices will be evaluated as part of the award. 1. Asbestos/LCC abatement work and new tiles installation.2. Duct modernization and air balance. 3. Electrical coordination study. 4. Consoles lamination. 5. ESD carpet installation in the Cab.6. Installation of retractable ladder. 7. Stairs- vinyl tread and stair closer installation though the facility. 8. Stairs - installation of the horizontal handrail. 9. Creating Supervisor Room & upgrades to ATM room, the 2nd floor. 10. Structural seismic upgrade. Awards will be based on best value to FAA considering total costs to FAA, past performance/experience, Technical capabilities and cost realism. The contractor must have successfully completed similar projects both in dollar and scope Business Declaration - Vendors must complete and submit the attached Business Declaration Form. The Contract Performance Period: 120 calendar daysNACS code is 233310Estimated Price Range: $5,000,000 and $10,000,000 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 (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. The DOT Bonding assistance Program is currently being revised. Please contact the OSDBU at the number below for details. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Contractors must have active registration in the CCR before contract award can be made. Contractors can register at: http://www.ccr.gov The solicitation package is expected to be issued the end of April 25, 2008. Contractors must submit their requests not later than April 24, 2008. Contractors must provide the Company name, point of contact, physical mailing address, telephone number and FAX number You may FAX your request and attachments to (310) 725-6842, or mail: P.O. Box 92007, Los Angeles, CA 90009, email: bj.fisher@faa.gov. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=64b728aa6a4e5ed9157311110b91be43&tab=core&_cview=1)
 
Record
SN01548806-W 20080409/080407220523-af2f71d393fe4acd7579da8339dbe21e (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.