Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

99 -- Relocation LOC & DME, RWY 03, CWI, CLINTON, IA

Notice Date
2/11/2011
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACE-55D ACE - Central
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-21014
 
Response Due
2/25/2011
 
Archive Date
3/12/2011
 
Point of Contact
Shirley Hayes, (816) 329-3116
 
E-Mail Address
shirley.hayes@faa.gov
(shirley.hayes@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The work includes but is not limited to the following:1. Install new foundations for LOC shelter, LOC antenna array and DME antenna mast and all associated equipment at the new sites.2. Disconnect, remove, relocate and reinstall (without any damage) the existing LOC shelter, LOC antenna array, DME antenna, DME tilt-over mast and all associated equipment on new foundations and on new plots at the new sites.3. Remove existing LOC shelter foundation, LOC antenna array foundation, DME antenna foundation and all other equipment not required to remain.4. Remove existing paved and/or crushed rock access roads and plots not required to remain and restore all disturbed areas associated with this project to match surroundings.5. Trench as required and install buried conduits and wiring.6. Clear, excavate, fill, backfill and grade all associated plots, roads and trenches.7. 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 regulations8. Furnish competent surveying resources to properly layout the associated sites and provide horizontal and vertical control.9. Perform complete site preparation for the new the installation of the new facilities.10. Place any excess fill material on-site or haul off from the airport property per the COTR's directions.11. Localizer facility work;a. Remove existing Localizer Antenna foundation, prepare new site, install new Localizer Antenna foundation, crushed limestone and/or paved plot.b. Grade and perform all earthwork at the new Localizer Antenna Array plot and access road.c. Provide trench and backfill same after completion of work, between the Localizer Shelter and the Localizer Antenna Array.d. Install conduits, cabling, wiring, grounding, etc. in Localizer trenches as indicated and required.e. Install 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.12. DME facility work;a. Remove existing DME foundation, prepare new site, install new DME foundation.b. Install DME mast, antenna and all associated equipment.c. Install boxes, equipment, conduit, cabling and wiring as indicated and required.d. Install all grounding equipment, bulkheads, grounding wires, bushings, etc. as required.13. Excavate, trench, and install electrical cables/conduits and backfill for all facilities.14. Install the Government Furnished Material (GFM).15. Furnish and install all electrical hardware, conduits, wiring, power sources, equipment, underground cables, enclosures, and junction boxes as required.16. Furnish and install all above grade and below grade grounding conductors, ground rods, exothermic weld, and all other associated grounding requirements.17. 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.18. Furnish and install all items on the construction drawings, specifications, change orders and other change documents not specified in this section.19. Install all electrical equipment and power cables at the shelter plots, and coordinate connection to main electrical power feed.20. Install Earth Electrode System (EES), Lightning Protection System, and other grounding features.21. Perform trenching for ducts and cables; coordinate trenching and with the utility company and the local FAA, and backfill trench.22. Furnish and install all required conduits, cables and wiring.23. Furnish and install paved and/or crushed limestone surfacing as required.24. Trench and/or directional bore and install cable in GRSC duct as indicated on the drawings.25. Restore all site, where disturbed by construction and demolition activities, to match adjacent and/or previously existing condition. 26. Install and maintain erosion control measures to protect ditches and inlets.27. Accomplish other incidental duties to accommodate site peculiar conditions.28. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance.45 calendar daysRange: $100,000 - $200,000Small Business Set Aside NAIC: 237990Business Size Standard: $33.5 MILLION To be placed on the mailing list, please submit a request in writing via e-mail to Shirley.hayes@faa.gov for fax to 816-329-3137. The request must incude solicitation number, company name, point of contact, address, phone and fax number. This Notice is for information 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 1-800-532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFACN-11-R-21014/listing.html)
 
Record
SN02378738-W 20110213/110211234524-12e8ff064138d3b3e9e2f81216c9be26 (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.