Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

Y -- Upgrade of Runways 13C, 31C, and 4R RVR and Establish Runway 22L RVR, Midway International Airport, Chicago, Illinois

Notice Date
9/15/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Great Lakes)
 
ZIP Code
00000
 
Solicitation Number
DTFASA-17-R-00922
 
Response Due
10/2/2017
 
Archive Date
10/2/2017
 
Point of Contact
Irene Medina, irene.medina@faa.gov, Phone: 847-294-8309
 
E-Mail Address
Click here to email Irene Medina
(irene.medina@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is for the upgrade of Runways 13C, 31C, and 4R Runway Visual Range (RVR) Facilities and for the establishment of Runway 22L RVR Facility at Midway International Airport, Chicago, Illinois. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, and specifications. The project work includes, but not limited to, the following: PHASE 1 Survey layout and underground utility locations: 1. Contractor shall hire a professional land surveyor (RLS) to stake out the new site locations. Contractor shall request assistance from local underground locators, FAA SSC office, and Midway Airport Ops to locate existing underground utilities and cabling at the runway 13C, 31C, and 4R Glide Slope facilities and also along the proposed route for the installation of 3-way duct bank for control cabling from proposed runway 22L touchdown RVR site. Provide 5-day notice prior to excavation. PHASE 2 Construction of touchdown RVR for runway 22L: 1. RVR site will be co-located with ASOS weather equipment relocated from the southeast corner of airport under a different contract. 2. Construct reinforced concrete foundation for LIR pole. 3. Construct maintenance stand for LIR pole. 4. Install LIR pole with hinged base and type FA-19200 VS head with special pole mounting cap. 5. Construct RVR equipment rack and install disconnect switch, surge arrester, ambient light sensor, and control junction box. 6. Install 4/0 awg bare copper perimeter grounding conductor around foundations. 7. Excavate to locate and extend 2 PVC conduit stub from 2-way duct installed under different contract for the ASOS equipment. Transition to GRS conduit and extend to disconnect switch on the rwy 22L RVR equipment rack. 8. Install power conductors in conduit from existing power panel and make terminations at power panel and disconnect switch. 9. Install type FA-19200 VS SIE box on equipment rack and liquid-tight flexible conduits with power and control conductors to disconnect switch and control junction box. 10. Install a 1 liquid-tight flexible conduit and associated signal and grounding cables from the VS SIE box thru the tilting base to the VS head on the LIR pole. 11. Construct crushed rock plot per specifications. PHASE 3 Construction of 4-way duct bank to Rwy 22L RVR site from runway 4R Localizer shelter: 1. Coordinate closure of runway 22R-4L and closure of taxiways for directional boring operations and operations inside the taxiway safety areas (TSA). Night work will be required for work during runway and/or taxiway closures. Provide minimum 5-day notice to RE prior to required closures for coordination with ATCT. 2. Install aircraft-rated electric handholes at locations shown in contract drawings. 3. Install four 3 HDPE conduits 5 min. below taxiways by directional boring. 4. Saw-cut asphalt plot at Rwy 4R LOC shelter site to install four 2 GRS conduit with LB condulets into equipment shelter. 5. Construct duct bank (4-way, 3 PVC concrete-encased) between handholes from Rwy 4R LOC shelter to proposed location of the Rwy 22L RVR. 6. Install one 6 pr #19 SH PE-39 control cable in the 4-way duct bank from the Rwy 4R LOC shelter to the electric handhole near the Rwy 22L RVR site. Rack 20 min length of conductor in each handhole. Leave 20 coil in shelter for connection by FAA installation technicians. OPTION: Add two 6 pr #19 SH PE-39 control cables in same duct to provide conductors for future connection by others to existing PAPI systems on Runway 22R and 22L. Rack additional lengths to reach nearby PAPI equipment racks in electric handhole and seal ends against moisture. See dwg MDW-D-RVR22L-C001 for details. Provide separate cost for this option. 7. Install 1 GRS conduit from handhole near RVR site to control junction box on rwy 22L RVR equipment rack. Leave coils in junction box on rack and in junction box at runway 4R LOC shelter for termination by FAA installation technicians. PHASE 4 New construction at existing RVR sites and airport s electrical vault (to be done prior to scheduled RVR system outage and cut-over of new equipment): Runway 4R (existing RVR active) 1. Install type FA-19200 VS SIE box in open space on existing rack. Install liquid-tight flex conduits and install new power and control conductors to new VS SIE box from existing power panel and control junction box on rack. 2. Install 1 liquid-tight flexible conduit from the type FA-19200 VS SIE box to the existing tilting base for the LIR pole. Install reducer for connection to existing 2 coupling in base. Leave conduit strapped to side of tilting base until cut-over of new type FA-19200 PC-based RVR system. Runway 13C RVR and Runway 31C RVR (existing RVR active) 1. Remove crushed rock and geotextile fabric from area to be excavated. 2. Construct reinforced concrete foundation and install LIR pole with hinged base. 3. Construct maintenance stand for LIR pole. 4. Install LIR pole and type FA-19200 Visibility Sensor head with special pole mounting cap. 5. Construct RVR equipment rack and install disconnect switch, surge arrester, and control junction box. Install Ambient Light Sensor (ALS) on rack for Rwy 31C RVR (only). 6. Install 4/0 awg bare copper perimeter grounding conductor around foundations. 7. Install type FA-19200 VS SIE box on equipment rack and liquid-tight flexible conduits with power and control conductors to disconnect switch and control junction box. 8. Install a 1 liquid-tight flexible conduit and associated signal and grounding cables from the type FA-19200 VS SIE box thru the tilting base to the VS head on the LIR pole. RLIM installation inside airport s electrical vault (existing RLIM active): 1. Install type FA-19200 RLIM SIE box on wall near current exit of loop cables to runway edge lights. 2. Install current sensors on wall and route loop cables through sensors. 3. Install conduit from junction box to RLIM SIE box and route control cables for re-connection. 4. Install power conductors for RLIM SIE box in emt conduit to power panel LP-1 on first floor of the power vault through existing conduits. PHASE 5 Cut-over of new type FA-19200 PC-based equipment (night work required): 1. Coordinate outage of the RVR system with airport operations, FAA SSC, and FAA installation personnel through the RE. SSC personnel will coordinate shut-down of RVR systems. Complete work at sites required to make new equipment active: Runway 4R 1. Remove existing type FA-10268 Visibility Sensor (VS), associated signal cables (DO NOT CUT CABLES), and mounting cap from existing LIR pole. Deliver to FAA SSC. 2. Install type FA-19200 Visibility Sensor (VS) with special pole mounting cap (furnished with equipment) on the existing LIR pole. Receiver head shall face north. No modification of pole height is required. 3. Complete connection of 1 flexible conduit to base of pole. Route signal cables to VS head and make connections to SIE box. Runway 13C and Runway 31C 1. Intercept the existing 2 GRS conduits or PVC duct bank from GS shelter, install electric handhole and complete installation of two 1 GRS conduits from the new equipment rack. Replace RVR power cables to new rack from existing Glide Slope shelter power panel using the same breaker position. Re-use existing 2 conduit with LB into shelter. Replace control cables to new rack from junction box in shelter. Leave 10 coil of control cables in existing interior junction box for connection to existing fiber optics node in shelter by FAA installation technicians. Re-use existing conduit into JB. Runway Lighting Intensity Monitor (RLIM) 1. Remove overhead EMT conduit with control conductors to existing RLIM boxes. Pull control conductors back to junction box, install emt conduit from junction box to new RLIM SIE box, reroute control cables through conduit and terminate control cables in new RLIM. PHASE 6 Completion of work at RVR sites and electrical vault (new RVR systems and RLIM active): Runway 4R 1. Remove existing type FA-10268 Visibility Sensor Interface Electronics (SIE) box currently mounted on the Runway 4R RVR equipment rack. 2. Remove type FA-10268 Ambient Light Sensor (ALS) and its SIE box currently mounted on the Runway 4R GS shelter and deliver all removed equipment to the MDW SSC. Patch holes in shelter using clear silicone sealer. 3. Add gravel in 11 x 7.5 x 6 low area adjacent to end of asphalt drive. Match existing gradation per specifications. Runway 13C and Runway 31C 1. Remove existing type FA-10268 Visibility Sensor (VS) head, associated signal cables (DO NOT CUT CABLES) from existing LIR pole, type FA-10268 VS SIE box and obstruction light fixture from equipment rack and deliver to FAA SSC. 2. Remove screw anchor foundations, electrical equipment, mounting channel and LIR pole with tilting base. Dispose of debris off-site. 3. Remove existing maintenance stand and concrete foundation completely. Dispose of debris off-site. 4. Repair crushed rock plot by placing geotextile fabric, overlapping existing edges and replacing gravel of the same gradation. Assume 400 sq ft of fabric and 6" depth crushed rock at each site. Runway Lighting Intensity Monitor (RLIM) 1. Remove type FA-10268 RLIM SIE boxes (two), current sensors, and cables on power vault s basement wall. Deliver all removed equipment to FAA SSC. ALL PHASES General Requirements 1. All cables installed under this contract shall be tested per specifications after installation in the presence of the RE and SSC technician. A written record of the test results for all of the cables shall be delivered to the RE. 2. Contractor shall implement and maintain a quality control plan throughout the project. 3. Cleanup site on daily basis. 4. Contractor shall restore any asphalt pavement damaged by construction equipment and grade and seed per specifications any turf areas disturbed by construction activity performed under this contract. 5. Participate in Contractor s Acceptance Inspection (CAI), and quickly address any punch list items. CAI may be conducted in conjunction with Joint Acceptance Inspection (JAI) with the SSC office. 6. FAA installation personnel and SSC representatives will coordinate packaging and shipping of the old equipment to the FAA depot. PROJECT SCHEDULE: Proposed Construction Start Date: March 1, 2018 Contract Performance Time: Phase 1: 3 Work Days Phase 2: 6 Work Days Phase 3: 15 Work Days Phase 4: 10 Work Days Phase 5: 1 Work Day (Night Work) Phase 6: 10 Work Days Total: 45 Work Days Estimated construction completion: May 2, 2018 The estimated price range for this procurement is between $500,000 and $1,000,000. INTERESTED FIRMS MUST HAVE SUCESSFULLY 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 company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact. Please submit your request to the attention of Irene Medina, to email address: irene.medina@faa.gov If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/28263 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFASA-17-R-00922/listing.html)
 
Record
SN04679570-W 20170917/170915231309-df6ed89b75028a15eceb77e3255397e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.