Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE: Modernization of the Air Traffic Control Tower, Rockford Greater Airport, Rockford, Illinois.

Notice Date
3/20/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AGL-50 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-09-R-00107
 
Response Due
4/3/2009
 
Archive Date
4/18/2009
 
Point of Contact
Karen Czerwiec, 847-294-7288<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 work includes Civil/Mechanical/Electrical Upgrades at the RFD ATCT, Greater Rockford Airport, Rockford, IL SCOPE: Furnish all labor, equipment, materials, supplies, permits, and transportation required to perform the work. Work includes but not limited to the following: Mechanical: Preparatory Work:a. Contractor shall coordinate all activities, especially in any Air Traffic work areas affected, with the RE (Resident Engineer) or COTR (Contracting Officer's Technical Representative).b. Prior to demolition of any equipment, disconnect all power and control wiring and/or plumbing. De-energize system, drain system of any liquid, and evacuate all refrigerants. 1. Replace HVAC-1 a.Remove or demolish existing HVAC-1 (composed of the indoor AHU and two outdoor Condensing Units. Disconnect all piping and electrical connections, disconnect AHU from existing ducting, and remove all restraints. Then lift the AHU portion of the ground. Remove all old refrigerant piping from the AHU to the condensing units. b. Lift new AHU portion of HVAC-1 and set to designated location. (Identical replacement allows for reuse of unit mounting provisions, minor fit-up and adjustment for existing piping, and reuse of existing supply and return ducts. c. Position new Condensing Units outdoors in the same location as that of the previous condensing units. d. Reconnect all HW piping, reconnect return and supply ducts, and install new refrigerant piping from the AHU portion of the system to the condensing unit outside. e. Provide start-up assistance and training after unit installation is completed.2. Replace HVAC-2 a. Remove or demolish existing HVAC-2 (composed of the indoor AHU and two outdoor Condensing Units. Disconnect refrigerant piping and electrical connections, disconnect AHU from existing ducting, and remove all restraints. Then lift the AHU portion of the ground. Remove all old refrigerant piping from the AHU to its condensing unit. b. Lift new AHU portion of HVAC-2 and set to designated location. (Identical replacement or basis of design, allows for reuse or minor modification of unit mounting provisions, minor hook-up to heater panel, and reuse of existing supply ducts c. Position new Condensing Unit outdoors in the same location as that of the previous condensing units. d. Reconnect heater power to the AHU and system power to both AHU and Condensing Unit. Install new refrigerant piping from the AHU portion of the system to the Condensing Unit outside e. Provide start-up assistance and training after unit installation is completed..3. Replace Boiler and Flue. a. Remove or demolish existing Boiler (including existing exhaust gas flue). Disconnect gas and HW piping to the unit. Remove all unit restraints. Remove all flue piping. b. Install new boiler in designated location. (Identical replacement allows for reuse of mounting provisions, minor HW and gas piping hook-up and flue configuration. c. Install new flue, based on boiler manufacturer recommendation. d. Provide start-up assistance and training after unit installation is completed..4. Replace Exhaust Fan a. Remove or demolish existing Exhaust Fan. Coordinate this activity with architectural work in terms of window replacement. In addition coordinate masonry work in terms of determining hidden wall obstructions that will prevent proper installation of the new Exhaust Fan. b. Install Exhaust fan after all necessary wall penetrations have been completed. c. Complete all electrical power connections and control. d. Provide start-up assistance and training after unit installation is completed..5. Replace Electric Baseboard Heater in Two Toilets. a. Remove or demolish existing Electric Baseboard Heaters. b. Install new Electric Baseboard Heater in the same location as that of the previous one. Reconnect electrical power and thermal controls. Adjust thermostat accordingly. c. Provide start-up assistance and training after unit installation is completed Note: 1. For consistency, provide same mechanical identification type and labeling convention, on motors, units and other new components in the project. 2. For consistency, provide similar hangers and supports for new piping as was previously provided, otherwise comply with specification. 3. For consistency, provide new insulation with same manufacturer and similar type of insulation provided with adjoining piping, otherwise comply with this specification. Electrical: 1. Replace five panelboard interiors or the entire panelboards (whatever is easier and quicker and as approved by the R.E.) at panelboards "A", through "E" per Project Drawings and FAA-STD-1217f. A site visit is a must prior to panelboards replacement. These new panelboards (or new interiors at panelboards) shall be furnished and installed with hinged doors in hinged covers as per FAA-STD-1217f.2. Install a new TVSS device at Panelboard "A".3. Provide and install a new energy efficient lightning and controls throughout the facility as indicated on Drawings.4. Perform resistance and Neutral/Ground tests on new panelboards as per FAA-STD-1217f5. Replace and install new receptacles in the Tower Building as indicated on Drawings.6. Furnish and install additional power outlets and lighting in CAB as indicated.7. Furnish and install a new 6"x12" x1/4" Copper Multipoint Ground Plate in the Cab and connect it to the existing Multipoint ground plate in cab with a #4/0 AWG green/orange insulate conductors.8. Ground ESD carpet at four places to the multipoint ground plate in CAB.9. Disconnect, remove and dispose of existing branch circuits, starters, disconnect switches, etc. for the mechanical equipment to be removed and/or replaced as indicated on Mechanical Drawings.10. Install new safety switches, manufacturer recommended overcurrent protection, wiring and conduits for new HVAC equipment as required.11. Replace existing cloth-covered branch circuit wiring in panelboards as per Drawings, Specifications, NEC and FAA-1217f. New circuits shall include a green ground conductor as per NEC. Each overcurrent device shall have it's own separate neutral conductor as per FAA-1217F. Civil:1. Re-sealing and Re-striping existing parking lot surface.2. Masonry re-pointing and application of water repellant.3. Replacement of 2 exterior steel rung ladders.4. Cleaning and painting exterior railings and railing channel base at tower roof.5. Installation of sheet metal cap over existing roof coping.6. Replacement of existing tower windows (non-cab) with vinyl casement windows.7. Relocation of smoking room ventilator.8. ATCT Cab floor ESD carpet replacement.9. Install 11 Schlage UFAS lever door handles and locks in ATCT and Base building. (Where required).10. Replacing the roofs on the ATCT cab and catwalk, recover roofs on base building and Link The work will be performed in strict accordance with the specifications, drawings 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. To obtain a copy of the solicitation, submit a written request via fax or e-mail with your name, company name, address, phone number to Dennis Shub, Netstar-1 (847) 294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business April 3, 2009. The estimated price range is between $250,000.00 to $500,000.00. VERBAL REQUESTS for the SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov NAICS Code is 237990 Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8cadcfaade857740a910004455a4d038&tab=core&_cview=1)
 
Record
SN01774334-W 20090322/090320220742-8cadcfaade857740a910004455a4d038 (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.