Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOURCES SOUGHT

99 -- Construction of Glide Slope, Runway 02, Saline County Regional Airport, Bryant AR

Notice Date
1/19/2010
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFASW-10-R-00035
 
Response Due
3/31/2010
 
Archive Date
4/15/2010
 
Point of Contact
Kathy Snell, 817-222-4657
 
E-Mail Address
kathy.snell@faa.gov
(kathy.snell@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
Please note: The archive date does not reflect solicitation due date. The Federal Aviation Administration (FAA) is seeking competent, qualified and experienced contractors having performed work associated with the construction of a Category I Glide Slope for Aircraft Runway located at Saline County Regional Airport, Bryant Arkansas. Work will consist of, but is not limited to the following: 1. Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. 2. Perform site preparation for the new Glide Slope facility, including: a. Contractor shall provide utility service trench per requirements of First Electric Coop. Trench shall run from utility service transformer near airport trailer to new GS site. All XFMR pads, conduits size and depths, and metering shall meet the requirements of First Electric Coop. Contractor to provide handholes as needed. Distance is approximately 1300'. b. Install reinforced concrete foundations for the antenna tower and equipment shelter. c. Erect antenna tower. d. Install a 10-foot x 16-foot fiberglass equipment shelter (Government-Furnished Material [GFM]) and lightning protection and grounding systems for the shelter. Install aggregate road, parking area, and walkway around shelter. Shelter installation includes, but is not limited to, installing shelter on foundation, anchoring shelter, connecting power, grounding, control conduits, outside light, and rainhood. e. Install EES around the new antenna tower and equipment shelter. f. Provide and install dual LED-type Obstruction Light manufactured by Dialight or approved equal. g. Coordinate transformer installation with the utility company and install conduit and secondary power cables between the transformer and meter rack. h. Install paved access road and parking area to GS shelter. Install aggregate surfacing around shelter. i. Install 200' of paved road for Localizer access road from taxiway. j. Provide and install LIR pole and accessories for installation of phasing point antenna. Provide lay-down support for pole. Parts to be manufactured by Jaquith Industries or approved equal. Contractor responsible for all parts/accessories as needed. k. Contractor shall provide and install safety climb system. Contractor to provide 55' Lad-Saf Flexible Cable system from DBI-SALA or approved equal. 3. Accomplish other incidental duties to accommodate site peculiar conditions. 4. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. All work shall be done in accordance with the plans and specifications. GENERAL INFORMATION: 1. Performance Period is: 45 Days2. Projected date to issue the solicitation is on or about February 3, 20093. This procurement is Unrestricted.4. The North American Industry Classification System (NAICS) is 237310 and the Small Business Size Standard is $33.5 M.5. The Dollar range for this project is between $150,000 and $250,000.6. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package.7. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees.8. Contractor must be registered in Central Contractor Registration (CCR) before contract award. 9. Solicitation will be issued electronically to requestor. THE OFFEROR MUST PROVIDE THE FOLLOWING INFORMATION, AND MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: 1. Offeror's shall provide a list of completed or substantially completed (50%) similar type projects to the scope of work and magnitude ($150,000 to $250,000) as described above within the last 5 years. Offeror shall provide the following information: Description of Project and Location of Work, Contract Number/Agency/Award Amount, Agency POC/Phone/Email. Offeror is to ensure that the description of work described is similar to the scope of work identified above and POC information is current. 2. Complete and return the attached Business Declaration. FAILURE TO SUBMIT ALL REQUIRED INFORMATION (items 1 & 2) WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Email your request to: kathy.snell@faa.gov no later than January 28, 2010, no later than 3:00 pm CST. Requests received after this date and time will not be honored. No telephone requests will be accepted. THE INFORMATION PROVIDED WILL ALSO BE USED AS PART OF THE RESPONSIBILITY DETERMINATION. NOTE: Contractors must have active registration in Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov/. "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."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFASW-10-R-00035/listing.html)
 
Record
SN02044445-W 20100121/100119234735-1aa01fa1a58092ede26f0dbc6b999ff2 (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.