Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

99 -- Replacement of Localizer (LOC) and Glide Slope (GS) Facilities serving Runway 23R at Indianapolis International Airport, Indianapolis, Indiana

Notice Date
8/2/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-10-R-00287
 
Response Due
8/13/2010
 
Archive Date
8/28/2010
 
Point of Contact
Irene Medina, 847-294-8309
 
E-Mail Address
irene.medina@faa.gov
(irene.medina@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The FAA intends to solicit and award a firm-fixed price contract for the replacement of the Localizer (LOC) and Glide Slope (GS) Facilities serving Runway 23R at Indianapolis International Airport, Indianapolis, Indiana. The Contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract provisions, specifications and drawings. The work consists of, but not limited to, the following: 1. Disassemble and remove (without incurring damage) the existing Localizer Antenna Array, existing Glide Slope Tower and Antennas, and all associated equipment not required to remain.2. Salvage and hand-over the removed existing equipment, if any, per the COTR's discretion and directions to the local FAA personnel. The contractor shall load, transport, and unload such equipment, if any, to a site on the airport property per the COTR's directions. Remove all existing equipment not required to remain or returned to the FAA. The contractor shall legally dispose of such items with full abidance of all Federal, State and Local laws and regulations3. Furnish competent surveying resources to properly layout the associated sites and provide horizontal and vertical control.4. Perform complete site preparation for the new the installation of the new facilities.5. Place any excess fill material on-site or haul off from the airport property per the COTR's directions.6. Localizer facility work:a. Remove existing Localizer Antenna foundation, prepare site, install new concrete foundation, and gravel plot.b. Grade and perform all earthwork at the Localizer Antenna Array plot and the access road.c. Provide trench and backfill same after completion of work, between the existing Localizer Shelter and the new Localizer Antenna Array.d. Install conduits, cabling, wiring, grounding, etc. in Localizer trenches as indicated and required.e. Install new Localizer Antenna Array elements, associated equipment, and cabling.f. Install EES, grounding wires, ground rods, and exothermic welds as indicated and required.g. Install all grounding equipment, bulkheads, grounding wires, bushings, etc. as required.h. Install localizer handholes. i. Install Localizer ground-check-points.7. Glide Slope facility work;a. Install new Glide Slope Tower.b. Install new Glide Slope Antennas.c. Install new boxes, equipment, conduit, cabling and wiring as indicated and required.d. Install all grounding equipment, bulkheads, grounding wires, bushings, etc. as required.8. Excavate, trench, and install electrical cables/conduits and backfill for all facilities.9. Install the Government Furnished Material (GFM).10. Furnish and install all electrical hardware, conduits, wiring, power sources, equipment, underground cables, enclosures, and junction boxes as required.11. Furnish and install all above grade and below grade grounding conductors, ground rods, exothermic weld, and all other associated grounding requirements.12. Restore grade at all disturbed and effected areas due to the activities and construction work associated with this entire project. Seed and/or resurface all areas modified or damaged during the project construction.14. Furnish and install aggregate surfacing over weed barrier at any new and/or existing plots, roads, and any other disturbed areas due to the construction activities.15. Furnish and install all items on the construction drawings, specifications, change orders and other change documents not specified in this section.16. Install all electrical equipment and power cables at the shelter plots, and coordinate connection to existing main electrical power feed.17. Install Earth Electrode System (EES) and Lightning Protection System, and other grounding features.18. Perform trenching for ducts and cables; coordinate trenching and with the utility company and the local FAA, and backfill trench.19. Furnish and install all required conduits, cables and wiring.20. Furnish and install concrete and/or crushed rock surfacing for plots.21. Trench and/or directional bore and install cable in GRSC duct as indicated on the drawings.22. Restore all site, where disturbed by construction and demolition activities, to match adjacent existing condition. 23. Install and maintain erosion control measures to protect ditches and inlets.24. Accomplish other incidental duties to accommodate site peculiar conditions.25. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 45 calendar days, with an anticipated start date of project as June 21, 2011. The estimated price range for this procurement is between $100,000 and $250,000. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. General contractors must submit their interest in subject project on letterhead and include the firm's name, address, phone number, fax number, point of contact, and email address of point of contact by no later than August 13, 2010, 2:00 p.m. (CDT). Please e-mail your request to irene.medina@faa.gov or fax to (847) 294-8310 or mail to FAA, AGL-52, 2300 East Devon Avenue, Des Plaines, IL 60018, Attn: Irene Medina. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFAGL-10-R-00287/listing.html)
 
Record
SN02225834-W 20100804/100802235337-b3eac2bfc27ecf45226f4c6117f31f38 (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.