Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2008 FBO #2379
SOURCES SOUGHT

99 -- Phase II Installation of Medium Intensity Approach Lighting System w/Runway Alignment Indicator Lights (MALSR), Rutland-Southern Vermont Regional Airport, Rutland, VT

Notice Date
5/30/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), New England Region, FEDERAL AVIATION ADMINISTRATION, ANE-55 ANE - New England
 
ZIP Code
00000
 
Solicitation Number
DTFANE-08-R-00409
 
Response Due
6/6/2008
 
Archive Date
6/21/2008
 
Point of Contact
MAUREEN GROSS, 781-238-7661
 
Small Business Set-Aside
N/A
 
Description
This requirement is a set-aside for small businesses. NAIC code is 237990 Size Standard is $31.0M The FAA, New England Region, currently has a requirement for Phase II construction of a new Medium Intensity Approach Light System with Runway Alignment Indicator Lights (MALSR) facility to replace the existing Omni-Directional Approach Light System (ODALS) facility serving Runway 19 at the Rutland-Southern Vermont Regional Airport, (formerly the Rutland State Airport in Rutland (North Clarendon), Vermont. The work associated with Phase II construction of the new facility and removal of the existing facility includes, but is not limited to the following: site survey/layout/verification, site preparation - existing access road/foundation restoration/repair work - tree planting - power service establishment - underground electrical hand hole/duct bank and above ground conduit installation - interior electrical conduit installation - electrical cable installation - electrical equipment and enclosure installation - electrical grounding - structural steel tower fabrication and assembly - MALSR Low Impact Resistance (LIR) tower assembly - MALSR equipment assembly and installation - demolition, removal and legal disposal or salvage of existing ODALS equipment - associated site work and cleanup as described in the Technical Specifications and Drawings. Technical Specifications and Drawings will be made available on or about the week of June 9, 2008. The Performance Period is 140 calendar days after receipt of Notice to Proceed. Performance and Payment Bonds, and a Certificate of Insurance will be required. Estimated price range is between $1.0M and $5.0M. Contractor must have a minimum of 3 years experience in the installation of a MALSR site or installation of a site of similar complexity as stated. There is a $100.00 non refundable fee required for this solicitation package. All checks must be made payable to the Federal Aviation Administration. All requests for the solicitation package must be in writing, include a check and mailed to Federal Aviation Administration, 12 New England Executive Park, Burlington, MA 01803, Attn: Maureen Gross ANE-55.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66954c5f3fc982129441c5042a2838bc&tab=core&_cview=1)
 
Record
SN01584156-W 20080601/080530221131-66954c5f3fc982129441c5042a2838bc (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.