Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOURCES SOUGHT

99 -- Civil/Mechanical/Electrical Upgrades at the Air Traffic Control Tower, Ann Arbor Municipal Airport (ARB), MI

Notice Date
10/1/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-09-R-00022
 
Response Due
10/17/2008
 
Archive Date
11/1/2008
 
Point of Contact
Karen Czerwiec, (847) 294-7298<br />
 
Small Business Set-Aside
N/A
 
Description
The FAA intends to solicit and award a firm-fixed price contract for the above titled project. The contractor shall provide all labor, materials, and equipment in accordance with the contract provisions, specifications and drawings. The work shall include, but is not limited to, the following: Electrical: Provide all labor and material to install the following: 1.Remove existing battery racks, battery chargers, and breaker enclosure from the existing equipment room. 2.Remove existing DC Panel 12-24 VDC from the junction room. 3.Four (4) duplex receptacles, 20 Amp, 120 VAC. Use two (2) 20 Amp, 1 pole, spare circuit breakers, and (4) # 12 AWG and (2) # 12 ground in " conduit. 4. For lightning protection on the roof, the following: Two copper down conductors. Adhesive cable holder. Four (4) air terminals, 48"x1/2" solid copper. Four (4) parallel clamps. Two (2) signal light guns with 12 V rechargeable battery charger. Two (2) spare batteries. Two (2) holders 5.RTU-1 is replaced by RTU-1 (Cab Roof). Re-use existing circuit. 6.Packaged Terminal Air Conditioner (PTAC)-1 is replaced by PTAC-1 (Second Floor). Re-use existing circuit. 7.PTAC-2 is replaced by PTAC-2 (Third Floor). Re-use existing circuit. 8.AC-1 is replaced by AC-1 (Fourth Floor). Re-use existing circuit. 9.Miscellaneous work as described on the project drawings. 10.All electrical work shall be in accordance with NEC 2007, NFPA 780, FAA-C-1217f, and FAA-STD-19E. CIVIL: 1.Remove existing tower catwalk grating, roofing under catwalk, flashing under catwalk. 2.Remove effis between catwalk and tower cab glass. 3.Install 2" Rigid Isocyanurate with fully adhered PVC membrane between catwalk and tower cab glass. 4.Install new catwalk grating, new roof membrane. 5.Remove existing flashing above link roof, and install new flashing between tower shaft and link roof. 6.Repair damaged effis caused from link-tower flashing repair. 7.R & R caulk from tower shaft, install new backerrod and recaulk. 8.Paint exterior of tower shaft, catwalk grating, and catwalk railing. 9.Repair 3-4 base building roof leaks. 10.Install new UFAS door knobs in tower shaft. MECHANICAL: 1.Remove and replace two packaged terminal air-conditioners (PTAC) on second and third floor. 2. Remove and replace of a window-type air-conditioner on fourth floor. 3. Remove and replace of a 7.5-ton rooftop unit on the cab and controls. 4. Remove and replace all flexible ducts in the cab ceiling. 5. Remove and replace a small evaporative type humidifer for the cab. Contract performance time is estimated at 120 days, with an anticipated start for Spring 2009. The estimated price range for this procurement is between $100,000.00 and $250,000.00. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE FIRST FIFTEEN GENERAL CONTRACTORS WHO RESPOND TO THIS ANNOUNCEMENT. General contractors must submit their interest in subject project by providing the firm's name, address, phone number, fax number and point of contact including e-mail address no later than 4:00 CDT, Friday, October 10, 2008. You may fax or e-mail your interest to Karen Czerwiec, FAA AGL-52, 2300 East Devon Ave., Des Plaines, IL 60018. Fax 847/294-7298 and e-mail karen.czerwiec@faa.gov 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 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 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=354701d18eb26af4055b109d6cf7156a&tab=core&_cview=1)
 
Record
SN01686647-W 20081003/081001222400-354701d18eb26af4055b109d6cf7156a (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.