Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE: Replacement of the Main Sanitary Sewer Line at the Air Route Traffic Control Center (ARTCC), 326 Lorain Road, Oberlin, Ohio

Notice Date
3/31/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00202
 
Response Due
4/14/2011
 
Archive Date
4/29/2011
 
Point of Contact
Glen Timmerman, 847-294-7166
 
E-Mail Address
glen.timmerman@faa.gov
(glen.timmerman@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The contractor shall furnish all labor, material equipment, tools, supervision and transportation for the Replacement of the Main Sanitary Sewer Line at the Federal Aviation Administration (FAA) Cleveland Air Route Traffic Control Center (ARTCC), 326 East Lorain, Oberlin, Ohio in accordance with the specifications and contract provisions specified herein. SCOPE OF WORK: The work shall include, but not be limited to, the following: 1. Prior to installation of the new sewer line, the contractor shall employ an independent, registered, professional surveyor to perform a complete survey of the elevations of existing sewer lines at all connection points between the new sewer line and existing sewer lines. The survey shall include the elevations of all lines entering the city manhole on East Lorain Street. Provide the results of this survey to the Contracting Officers Technical Representative. Report any discrepancies between the elevations shown on the project drawings, and the results of the survey, to the Contracting Officers Technical Representative. Any discrepancies may require the FAA to make adjustments to the planned installation elevations for the new sanitary line. The benchmark elevation for all survey elevations shall be ZOB "A" which is located on the sidewalk on the east side of the south parking lot. 2. Remove existing pavement, fencing and vegetation as required for trenching for the new sewer line installation. 3. Install new main sanitary sewer line running from the Administration Wing basement wall to the city manhole on East Lorain Street as specified in this document and as shown on the project drawings. The new main sanitary sewer line consists of precast reinforced concrete manholes, heavy duty cast iron manhole covers and frames, and reinforced concrete pipe. The contractor shall connect existing branch sanitary sewer lines to the new main sanitary sewer line as shown and noted on the project drawings. The existing main sanitary sewer line shall be kept in operation during this installation, as long a possible, and up until the final cutover to the new sanitary sewer line at the Administration Wing Basement wall. Plug or cap abandoned sections of the existing main sanitary sewer line with metal caps or plastic plugs. 4. Prior to backfilling the trench for the new sanitary sewer line the contractor shall employ an independent registered professional surveyor to verify that the new main sanitary sewer line system has been installed as per the project drawings and specifications. The new main sanitary sewer line system shall also be checked for leaks and repaired as necessary. 5. Backfill and compact the trench as specified in this document and as shown on the project drawings. 6. All excavation areas shall be restored with concrete, asphalt, or soil to their original elevations and conditions. The contractor shall re-seed all grass areas damaged by the work at the completion of the project. 7. Any damage to existing utilities, pavements, curbs, structures, fences, ground surfaces (tire ruts) etc., shall be repaired to the satisfaction of the FAA Contracting Officer's Technical Representative at the contractor's expense. To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to the Contract Administrator, Mr. Dennis Shub/IT Solutions at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business April 14, 2011. The estimated price range is between $100,000.00 and $400,000.00. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov NAICS Code is 237990 This procurement is a SMALL BUSINESS SET-ASIDE. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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 programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-11-R-00202/listing.html)
 
Record
SN02413899-W 20110402/110331234425-da172b0b743d8ffaadce5ab9845abe6a (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.