SOLICITATION NOTICE
99 -- Construction of the Relocation of NAVAIDs in Runway 30R Approach Area at Lambert - St. Louis International Airport in St. Louis, Missouri
- Notice Date
- 5/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Central Region, FEDERAL AVIATION ADMINISTRATION, ACE-55 ACE - Central
- ZIP Code
- 00000
- Solicitation Number
- DTFACE-08-R-28049
- Response Due
- 6/6/2008
- Point of Contact
- Miyo Calabro, (816) 329-3113
- Small Business Set-Aside
- N/A
- Description
- Construction of the Relocation of NAVAIDs in the Runway 30R Approach Area at Lambert - St. Louis International Airport, in St. Louis, Missouri. The overall project consists of, but is not limited to, the following: Phase 1 (Fall 2008) 1.Perform site preparation for the relocated R/W 12L Localizer, Distance Measuring Equipment (DME), and R/W 30R Inner Marker (IM) site, includingPerform grading as required to install the Localizer antenna array and equipment shelter plot Install reinforced concrete foundations for the equipment shelter and Localizer and DME antennas.Install Earth Electrode Systems (EES) around the antenna array foundation and equipment shelter foundation.Install conduit and cabling between the Localizer antenna array and the Localizer equipment shelter. Install junction boxes, conduit and cabling between the equipment shelter and DME antenna mast.Install Localizer antennas, cable raceway, and distribution unit (GFM).Install 10' x 20' fiberglass equipment shelter (GFM), including lightning protection and grounding systems for the shelter.Install crushed rock surfacing at the facility plot and around antennas.2. Install power distribution system as follows:Install load interrupter switches at the localizer plotInstall duct for primary power cable between the localizer and R/W 30R ALSF-2 substation plots.Replace rack-mounted transformer at ALSF-2 substation plot.Install primary power cable between disconnect switch at ALSF-2 substation plot, and load interrupter switches at localizer plot.Install step down transformer, secondary conduit and wiring at localizer shelter plot. 3. Install control cable between the localizer and R/W 30R ALSF-2 substation as follows:Install duct and handholes between the localizer and R/W 30R ALSF-2 substation plots.Route control cable continuous from localizer shelter to ALSF-2 substation, through new and existing duct, and terminate cables per specification division 16. Phase 2 - After grading within the Runway Safety Area is completed by others: 4. Install foundations, junction boxes, and conduit for IM and Far Field Monitor (FFM) antennas. Install duct and heliax cables between antennas and localizer equipment shelter. 5. Install concrete foundations, duct bank, junction boxes, and low-impact resistant fiberglass masts for ALSF-2 stations (4 stations), and replace cables between substation and light stations as indicated on the drawings.6. Replace primary power cable to R/W 30R Glide Slope as indicated on the drawings.7. Install control cable between Glide Slope and relocated localizer plot, in new and existing duct as indicated on the drawings.8. Relocate existing DME antenna mast to relocated localizer site, and complete DME site prep as indicated on the drawings.9. After equipment is relocated from localizer and IM shelters, remove equipment shelters and dispose of off airport property. Remove localizer antenna array and turn over to the COTR, and remove foundations. Remove conduits and cable to 3' below grade and abandon in place, and restore sites to match adjacent conditions.Note - removal of existing ALSF stations to be replaced, and relocation of access roads, will be accomplished by others.10. Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control.11. Install and maintain erosion control measures to protect ditches and inlets.12. Accomplish other incidental duties to accommodate site peculiar conditions.13. Implement and maintain a quality control plan to ensure contract compliance. 14. Conduct all required tests and checks to verify contract compliance. Time: 150 Calendar Days Estimated Cost: Between $200,000 - $500,000 NACI: 237990 Size Standards: $31.0 Million This is a TOTAL SMALL BUSINESS SET-ASIDE project. If you are interested in receiving information on this project, please submit a request to me via e-mail miyo.calabro@faa.gov or fax to (816) 329-3137. The request must include the solicitation number, company name, point of contact, address, phone number, and fax number. 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7bd0b4f6f6934abd302d6a76a295d578&tab=core&_cview=1)
- Record
- SN01569623-W 20080510/080508221157-7bd0b4f6f6934abd302d6a76a295d578 (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 |