Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOURCES SOUGHT

99 -- VERY SMALL BUSINESS SET-ASIDE: Replacement of two (2) existing Equipment Buildings for Runway 19 and Runway 23 Outer Markers near Akron-Canton Regional Airport North Canton, Ohio.

Notice Date
8/5/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AGL-051 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-09-R-00261
 
Response Due
8/14/2009
 
Archive Date
8/29/2009
 
Point of Contact
Glen Timmerman, 847-294-7166<br />
 
E-Mail Address
glen.timmerman@faa.gov
(glen.timmerman@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) Great Lakes Region has a requirement for the replacement of two (2) existing Equipment Buildings one (1) for Runway 19 and one (1) for Runway 23 Outer Markers near Akron-Canton Regional Airport North Canton, Ohio. Work includes, but not limited to SCOPE: Furnish all labor, equipment, materials, supplies, permits, and transportation required to perform the work. Work includes but not limited to the following: 1) Disconnect all power, and co-axial cables, from the equipment in the existing Outer Marker building. Coordinate with the utility company to disconnect power to the electric meter mounted on the power pole. 2) Pull the existing cables out of the existing building through the existing conduits exercising care not to damage the cables. Every effort shall be made to avoid the need to splice cables when reconnecting the existing equipment after it is installed in the new Outer Marker building. Coax cables cannot be spliced. If a coax cable is damaged it shall be replaced by the contractor at the contractor's expense. 3) Remove two (2) existing Outer Marker building (6'x6') including equipment & other components and place securely at a nearby location, as approved by the Contracting Officer's Technical Representative. The temporarily relocated building shall be firmly secured to the ground and all Outer Marker equipment shall be protected from rain, dust, and other elements. The Contractor shall exercise care so as to not damage the existing Outer Marker equipment during removal. 4) Provide and install two (2) new equipment building (6'x8') as specified and shown on drawings. The contractor may fabricate the equipment building on or off site. The buildings shall be equipped with a new wall-mount electric A/C & Heating unit, new power panel, new power disconnect switch, a new AC surge protector as specified in this document and shown on drawings. Install new hollow precast concrete entry stair stairs with galvanized 1 " diameter standard pipe handrail. Entry stairs shall be a minimum of 4'- 0" wide and shall have landing with a minimum size of 4'-0" x 3'-0". 5) Uninstall all Outer Marker equipment from existing building and move the equipment to the new building under directions of the Contracting Officer's Technical Representative. Any damage to the existing equipment shall be reported to the Contracting Officer's Technical Representative immediately and shall be repaired by the contractor at the contractor's expense. 6) Install all existing Outer Marker equipment (marker beacon control unit, battery box, storage cabinet, etc.) in the new buildings. The contractor shall pull all existing cables into the new buildings. The contractor shall reconnect and properly ground the equipment. The contractor shall install on the ceiling new surface mount fluorescent light fixtures with two 40-watt bulbs each, RF suppressors and low temp starters. A switch for the lights shall be installed at the door. The contractor shall install one 50-watt Pulse start Metal Halide lamp (with photo cell) wall-mount exterior light fixture. Restore power to the new buildings. 7) Grounding and lightning protection system shall be installed as shown on project drawings and reference drawing GL-D-1988B. 8) Provide and install "Expansion Couplings" for all underground rigid conduits entering the building. Expansion couplings shall be 12" minimum above ground. 9) Perform an operational test in presence of the Contracting Officer's Technical Representative. 10) Remove existing security fence and walk gate and replace with new as specified in this document and as detailed on the project drawings. The location of new fence lines and the location of the walk gate shall match the existing. 11) Remove, and dispose of existing Outer Marker buildings, existing precast concrete stairs and security fence off the facility property. To obtain a copy of the solicitation, submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to Dennis Shub, Netstar-1 (847) 294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business August 14, 2009. The estimated price range is between $100,000.00 to $250,000.00. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFAGL-09-R-00261/listing.html)
 
Record
SN01901034-W 20090807/090806002537-20eaa6d1d560d47c05ade1c8e6bb57d4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.