Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2008 FBO #2425
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDE: Replacement of the Asphalt parking lots (Main and Auxiliary) at the Air Traffic Control Tower, Midway Airport, Chicago, Illinois

Notice Date
7/15/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, AGL-51 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-08-R-00225
 
Response Due
8/8/2008
 
Archive Date
8/23/2008
 
Point of Contact
Diane Ayen, (847) 294-7321
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) Great Lakes Region has a requirement for the replacement of the Asphalt parking lots (Main and Auxiliary) at the Air Traffic Control Tower, Chicago Midway Airport, Chicago, Illinois. Work includes, but not limited to: Scope of Work: The contractor shall act as a general contractor and furnish all material, equipment, labor, permits, and supervision to accomplish the removal and replacement of asphalt pavement in the main and auxiliary parking lots of the Chicago Midway Air Traffic Control Tower, 6200 South Laramie Avenue, Midway Airport, Chicago, IL. The work includes but is not limited to the following principal items: A. Mill (remove) and dispose of approximately 2,500 square yards (SY) of the existing asphalt pavement to a depth of 3-inches. B. Reshape and compact base gravel prior to construction of the new pavement to meet existing grades and lines in accordance with Illinois DOT Standard Specifications. C. Construct new asphalt pavement consisting of paving fabric, A 1-1/2" asphalt binder layer and a 1-1/2" surface layer. All asphalt shall meet or exceed Illinois D.O.T. Standard Specifications for density, compaction, asphalt content, air content, and aggregate gradation. D. Initial pavement marking as shown on the project drawings. E. Application of one coat of penetrating primer and two coats of sand-slurry sealer after a minimum of 30 days of curing of the new asphalt surface. F. Final pavement marking as shown on the project drawings following the sealcoat application. The work will be performed in strict accordance with the specifications, drawings and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer for this requirement. To obtain a copy of the solicitation, submit a written request via fax or e-mail with your name, company name, address, phone number to Dennis Shub, Netstar-1 (847) 294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business August 8, 2008. Estimated date of mailing is August 15, 2008. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. The estimated price range is between $100,000.00 to $250,000.00. VERBAL REQUESTS for the SIR WILL NOT BE HONORED. NAICS Code is 237990 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b871d08378123a997632260ca08da1d9&tab=core&_cview=1)
 
Record
SN01614369-W 20080717/080715223141-b871d08378123a997632260ca08da1d9 (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.