Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

99 -- ST PAUL, MN RUNWAY 14 MALSR UPGRADES

Notice Date
4/21/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AGL-51 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-09-R-00191
 
Response Due
5/15/2009
 
Archive Date
5/30/2009
 
Point of Contact
Yashoda Reddy, (847) 294-7297<br />
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) has a requirement for the Runway 14 MALSR Upgrades, at St Paul, Minnesota. The work under the subject project includes, but not limited to: Part "A" 1) Furnish labor and equipment to remove and dispose of existing aluminum light towers and cahnce anchor foundations. 2) Cabling into the existing Flasher Junction Boxes(FJBs) shall be disconnected. Cabling into the Individual Flasher Control Cabinets (ICCs) shall remain connected and coiled inside. All existing cabling shall be kept in operating condition, should replacement of cables described under Part "B" of theis contract not be accomplished. Dispose the existing FJBs. 3) New foundations shall be installed with new FJBs and reinstallingthe existing ICCs. New termination strips shall be installedinsode the new FJBs. 4) New Low Impact Resistance (LIR)towers Government Furnished Material (GFM)shall be assembled and installed. Nea lamp heads GFM shall also be installed. 5) All cabling shall be reconnected as installed so that previous operation of the flashers is achieved. 6) Furnish labor and materials to restore areas disturbed by construction activities to their original condition. 7) Reinstall Light Baffles on each Flasher LIR tower as indicated on drawings. 8) MALSR and Flasher System shall be tested and returned to its previous operational condition. Part "B" 1) Furnish and install 2-2" diameter Schedule 40 PVC plastic conduits between the new Flasher Station Junction Boxes from Station 16+00 through Station 24+00. Conduit shall be installed under the existing roadway (near Sta 17+00 and railing (near Sta 20+00)by "jacking" across,to meet the conduits on either side. 2) Furnish and install specified cabling between Stations,separating power and control cables into the separate conduits. New cables shall be installed into and out of the FJBs, the ICCs and the Flasher Lamp Heads. All cablibg shall be terminated as previously installed using new connectors. 3) Furnish labor and materials to restore areas disturbed by construction activities to their original condition. Restoration will include approximately 150' of blacktop across the Semple Brothers driveway between Stations 20+00 and 22+00. 4) Furnish and install cable markers along cable routes, two per flasher Station and one between Stations, at Stations 16+50, 20+50, and22+50. 5) MALSR and Flasher System shall be tested and returned to its previous operational condition. At least 50% of the total amount of work under the contract on site must be performed by the general contractor in strict accordance with the project documnets and contract provisions. 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, interested firms may submit a wrotten request via FAX with your name, firm name, address and phone number to Dennis Shub, Netstar-1 (847)294-8051 or e-mail Dennis.CTR.Shub@faa.gov by close of business May 29,2009. VERBAL REQUESTS FOR THE RFO WILL NOT BE HONORED> PERFORMANCE PERIOD: 30 Calendar Days. NAICS Codes: 237990, and 238210 ESTIMATED PRICE RANGE: $100,000 to $150,000 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 Business and Disadvantaged Business Utilization at (800)532-1169.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51975de270d0598c4b57c2e75dfba73c&tab=core&_cview=1)
 
Record
SN01798013-W 20090423/090421220517-51975de270d0598c4b57c2e75dfba73c (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.