Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOURCES SOUGHT

99 -- Construction of Medium Intensity Approach Lighting System with Sequenced Flashers for Runway 04 at Walnut Ridge Regional Airport in Walnut Ridge, Arkansas

Notice Date
1/6/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00037
 
Response Due
1/19/2011
 
Archive Date
2/3/2011
 
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
Construction of Medium Intensity Approach Lighting System with Sequenced Flashers for Runway 04 at Walnut Ridge Regional Airport in Walnut Ridge, Arkansas Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) intends to solicit and award a fixed price contract using the source selection best value process for the construction of medium intensity approach lighting system with sequenced flashers for Runway 04 at Walnut Ridge Regional Airport, Walnut Ridge Arkansas. Award will be made to the Offeror whose proposal represents the best value to the government. The best value decision will be based on the evaluation of the Offerors Past Performance, Qualifications of Key Personnel and Price Proposal. All technical factors (past performance, qualifications of key personnel), when combined are approximately equal to price. Interested firms must have successfully completed similar type projects both in dollar amount and scope of work at an operational airport. The contractor shall provide all labor, supervision, materials and equipment to perform the project in accordance with the contract provision, specifications and drawings. The work includes but is not limited to the following: Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. Construct the existing Runway 03 Medium Intensity Approach Lighting System with Sequenced Flashers (MALSF) facility, including:Install reinforced concrete foundations at the equipment shelter plot.Install Government Furnished 10' x 16' fiberglass equipment shelter, and related enclosures, conduit, and wiring. Install Earth Electrode System (EES) and Lightning Protection System. Install light stations for the MALSF system, including reinforced concrete foundations, Low Impact Resistant (LIR) masts, frangible EMT supports for threshold bar lights, conduit, handholes, cable duct system, cabling, enclosures, Government Furnished lamps, etc., and crushed rock surfacing around light stations. Install concrete and crushed rock surfaced access roads between the taxiway, equipment shelter and light stations.Install crushed rock surfacing at the equipment shelter plot and around light stations.Perform operational testing for the MALSR system. Install and maintain erosion control measures to protect ditches and inlets. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. 1. The solicitation will be available to Offerors on/or about January 18, 2011. 2. Contract performance time is 90 days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 237310 and the small business size standard is $33.5 Million. Contractor MUST be registered in Central Contractor Registration (CCR) and have NAICS code of 237310 to be eligible to receive a contract award. Contractors can register on-line at http://www.ccr.gov. 5. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees. 6. The dollar range for this project is between $250,000.00 and $500,000.00. 7. A mandatory site visit is not being considered at this time. The Offeror must state in this request whether or not they will require a site visit. This will be the only opportunity to have a scheduled site visit with government personnel during the proposal period. If requested, the Government will hold one site visit, date and time will be established in the SIR. Contractors must submit their interest in in this project on letterhead and include the firm's name, address, phone number, point of contact and a mandatory site visit is not being considered at this time, the Offeror must state in this request whether or not they will require a site visit. This will be the only opportunity to have a scheduled site visit with government personnel. The following two documents are required with your written request:1. Complete and return the attached Business Declaration. 2. Complete and return the Sensitive Security Information. This request can be emailed to Kathy.Snell@faa.gov no later than January 17, 2011. SPECIAL NOTICE: Solicitation will be posted on FBO with restricted access. Once you have qualified by submitting the required information you will be added to the solicitation on FBO to receive this project. Should specific individuals within your company require access, provide their names on the security information form. If you have not created an FBO account you will not be able to access the solicitation documents until you have completed the registration process. FBO uses the Central Contractor Registration (CCR) for a portion of the vendor authentication process, Offerors must be successfully registered and designate a Marketing Partner Identification Number (MPIN) in CCR prior to seeking access through FBO. Ensure that you provide the contact information of the person(s) that is to be identified in FBO to receive access to the solicitation. "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/DTFACN-11-R-00037/listing.html)
 
Record
SN02355559-W 20110108/110106234232-7c5256a0cab11d1d65b52fe78e5f8f7e (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.