Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

Z -- Design-Build, Repair (Remediate) Airfield Obstructions

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-09-B-0002
 
Archive Date
10/6/2009
 
Point of Contact
Belinda S. Gallo, Phone: 2106715144, Jackie L. Murray, Phone: 2106711728
 
E-Mail Address
belinda.gallo@lackland.af.mil, jackie.murray@lackland.af.mil
(belinda.gallo@lackland.af.mil, jackie.murray@lackland.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This notice is NOT a synopsis or a solicitation, but is posted to make businesses aware that a synopsis for this Invitation for Bid (IFB) will be posted in or around 15 Aug 2009. This acquisition is set aside for HUBZone concerns. Title: Design-Build, Repair (Remediate) Airfield Obstructions Project Number: MPLS 08-0022 Magnitude: Between $1,000,000 and $5,000,000 **Period of Performance (Design + Construction): 421 calendar days after Notice to Proceed (NTP) Note: The solicitation with the official specifications and drawings will be available on the World Wide Web on or about 15 August 2009 at https://www.fbo.gov/. Site Date: 26 Aug 09 at 0900hrs. If you require access to the installation, please request access by e-mailing the below email addresses. Follow-up with a call to the numbers listed below on the day prior to the scheduled site visit to ensure Base access. Please arrive at least two hours prior to the scheduled site visit at the Airman's Gate Visitor Center located on Valley High off of Loop 410, in order to ensure access in a timely manner. Meet at CONS before we go out to the Flight line, 1655 Selfridge Ave, Bldg 5450, Lackland AFB, TX. Project Scope: The contractor shall provide a complete design consisting of detailed plans and specifications and The contractor shall furnish all materials, labor, transportation, tools, and equipment, obtain necessary permits, and provide services necessary and incidental to the scope of work. The primary goal is to develop a permanent solution to decrease the number of Airfield Waivers that Lackland AFB currently has. This project is located on an active airfield and work is subject to security and other restrictions. Workers must be cleared by Security Forces before entering the Airfield unescorted. The Contractor's and Sub-Contractor's employee's who will be work on the Airfields Controlled Area shall need to submit to a local back ground check, and submit a form EPSQ/Security Clearance Checklist (SF 85P) to conduct a Security Background Check by Security Forces 30 days before start of work. The work required to be performed by the Contractor consists of, but is not limited to, the following principal items: (0001) South End Threshold Lighting System: The contractor shall design and construct a new threshold lighting system that shall be located on the south end of the runway. The contractor shall follow the Unified Facilities Criteria (UFC) 3-535-01 when designing the light system. The contractor shall also omit the lights in the gate. The contractor shall tie into the existing threshold system to power the lights. The contractor shall demo the existing threshold lighting system once the new lights are operational. The contractor shall also need to restripe the entire Runway Overrun Chevrons following the Engineering Technical Letter (ETL) 04-2, and any other lines that my need to repainted. The contractor shall need to provide a temporary lighting system if the existing system needs to be shut down during flight operations. (0002) North End Threshold Lighting System: The contractor shall design and install new lights to the existing threshold lighting system, so that it meets Air Force standards. The contractor shall follow the Unified Facilities Criteria (UFC) 3-535-01 when designing the light system. The contractor shall remove the existing lights in the gate. The contractor shall tie into the existing threshold system to power the lights. The contractor shall also need to restripe the entire Runway Overrun Chevrons following the Engineering Technical Letter (ETL) 04-2, and any other lines that my need to repainted. The contractor shall need to provide a temporary lighting system if the existing system needs to be shut down during flight operations. (0003) North and South Instrument Landing System (ILS's): The contractor shall move both the north and south ILS's outside of the Frangibility zone. The contractor shall design and construct a new pad, and trenching to reroute the system to the new location. All work is to following Air Force rules on ILS systems. (0004) City Public Service (CPS) Transformer: The contractor shall move the CPS transformer outside of the clear zone. The contractor shall design and construct a new pad, and trenching to reroute the system to the new location. The contractor shall closely coordinate work with CPS. The contractor shall include CPS cost in the total project cost. (0005) North Main Glide Slope Vault: The contractor shall relocate the north main glide slope vault outside of the clear zone, and next to the new airfield vault located at Upson Park. The contractor shall design and construct a new pad, and trenching to reroute the system to the new location. All work to follow Air Force standards on main glide slope vault systems. (0006) North Strobe Light Transformers: The contractor shall relocate the north strobe light transformer outside of the clear zone. The contractor shall design and construct a new pad, and trenching to reroute the system to the new location. (0007) South Strobe Light Transformers: The contractor shall relocate the south strobe light transformer outside of the primary surface. The contractor shall design and construct a new pad, and trenching to reroute the system to the new location. (0008) Storm Drainage: The contractor shall design and construct a new storm drainage system that shall be located over an existing earthen channel located on the North West side of the runway. The upstream end of the new storm drainage system begins at the existing outfall at the east end of the channel. The contractor shall remove the existing headwall, and replace with a concrete junction box, either a cast-in-place or precast as appropriate to the design. The new junction box shall create a connection between the existing and new drainage system. The contractor shall size the concrete storm drain (box or RAP) to accommodate the 25 year ultimate developed flow both from the existing storm drain and from the overland flow adjacent to the channel. The drain shall extend at a minimum beyond the primary surface of the runway (about 625ft from the end of the existing system). The horizontal alignment of the drain shall remain as much as possible within the alignment of the existing channel. The inlets shall be sized accordingly and placed appropriately along the culvert to accept upstream overland flow. Minimal grading shall be required to direct overland flow to an inlet. The system shall have a minimal impact on downstream channels and structures. The contractor shall provide a design that includes all calculations for hydrology and hydraulics. These calculations along with a detailed analysis shall be included as a drainage report that shall be included with the set of drawings. The drawings shall include details and designs for all structures within the project. The contractor shall provide a plan and profile that shall be part of the design, and shall indicate both the HGL and EGL within the system. The coordinate systems for the drainage system shall be NAD83 for horizontal and NAUD 88 for vertical. **Make sure to acknowledge Amendment 0002 and attach it to your bid package. Change of Period of Performance from 445 to 421 days after NTP. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-09-03 15:06:18">Sep 03, 2009 3:06 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-11 09:16:14">Sep 11, 2009 9:16 am Track Changes The following 9 questions have been received (3 Sep 09) and are awaiting a technical response. The purpose of presenting the questions now without responses is to avoid duplication of future questions for subject project: Question 31: Please provide geotechnical reports available that are within the project area. Government Response: Please refer to question 26. Question 32: Is there a specific CAD package that is required for the design drawings? If so, what is it and what version? Government Response: Please refer to question 27. Question 33: How many drawing/specification submittals are required and at what percentages complete? Government Response: Please refer to question 28. Question 34: Is the Contractor responsible for moving the electronics equipment within the localizer shelters that are being relocated? Government Response: Please refer to question 12. Question 35: Will the Localizers require retuning after new cables are installed and what entity will perform that? Government Response: No, 37 CS will be accomplishing the work. Question 36: Will the Localizers require flight check after new cables are installed? Government Response: No, 37 CS will be accomplishing the work. Question 37: Please provide record/as-built drawings of the existing facilities to be relocated/modified in this project. Government Response: Pending Question 38: Is the threshold bar at each runway end the only ALSF-1 station requiring relocation/modification? Government Response: Pending Question 39: CLIN 0005: Is a new building to be provided or is it intended to relocate the existing structure for reuse regardless of condition? Government Response: The building will not longer be moved. (End)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-09-B-0002/listing.html)
 
Place of Performance
Address: Lackland AFB-Runway, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01951938-W 20090913/090912002611-9d71cd040c141e81acff5cc38217bb81 (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.