Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOURCES SOUGHT

99 -- REPLACEMENT OF THE GOVERNMENT FURNISHED RUNWAY 28R AND RUNWAY 28L LOCALIZER SHELTERS AT THE SAN FRANCISCO INTERNATIONAL AIRPORT LOCATED IN SAN FRANCISCO, CA

Notice Date
5/15/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Western-Pacific Region, FEDERAL AVIATION ADMINISTRATION, AWP-052 AWP - Western Pacific
 
ZIP Code
00000
 
Solicitation Number
DTFAWP-09-R-01421
 
Response Due
5/22/2009
 
Archive Date
6/6/2009
 
Point of Contact
Elsa Gonzalez, 310-725-7499<br />
 
E-Mail Address
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
SIR Description: This is an SEDB 8(A) set-aside.The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA has a requirement to replace the Runway 28R and Runway 28L localizer shelters at the San Francisco International Airport Located in San Francisco, CA. Contractor must provide all necessary labor, materials, equipment, and services. Work includes, but is not limited to: Lift and transport the new shelter from the FAA RTR site to the 28R/28L localizer site. Sawcutting and removal of pavement, as required. Excavating for three new grade beams. Placing base material, compacting, forming, installing rebar, placing concrete for the grade beams. Backfilling using engineering materials, in between the new foundation grade beams (under new shelter). Paving in between the new foundation grade beams (under the new shelter). Excavating and installing the new earth electrode system. Setting the new shelter on to the new grade beam foundation. Supplying and installing building lightning protection. Installing new underground conduits as shown on drawings. Placing base material, compacting, forming, installing rebar, placing concrete for the stoop. Removal and disposal of existing equipment shelter. Removal of the concrete slab on grade foundation. Removal of old conduits from the two underground pull boxes. Backfilling and compacting, as required, where the concrete slab on grade foundation and old conduits were. Supplying and installing paving material, where removed. Supplying and installing engineered material, where foundations and pull boxes are removed. Clean-up and restoration of the site. Government furnished materials include two (2) 12' x 20' fiberglass electronic equipment shelter, fabricated by Dupont Building, Inc. Award will be made to the responsible offeror whose proposal conforms to terms and conditions of the statement of work/specifications, and whose offer represents the best value to the government. Therefore, past performance, technical approach, and qualifications of key personnel are more important than cost/price. Contractors must demonstrate successful completion of projects with the same or similar magnitude and complexity, during the past three (3) years. Vendors must complete and submit the attached Business Declaration Form. Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov The work will be performed in strict accordance with the specifications 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 to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by May 22, 2009. T3.6.1 - Small Business Development Program (Revision 21, October 2007) Small Business Development 5: DOT Lending Program 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 a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are 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. For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWP-09-R-01421/listing.html)
 
Record
SN01819540-W 20090517/090516161136-1ea119ea9b2d2fa3a976896c9d2a2e5c (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.