SOURCES SOUGHT
99 -- Instrument Landing System (ILS) Replacement for Runway 13R at Dallas/Fort Worth International Airport, Irving TX
- Notice Date
- 5/18/2010
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- 9526
- Response Due
- 6/18/2010
- Archive Date
- 7/3/2010
- Point of Contact
- Kathy Snell, 817-222-4657
- E-Mail Address
-
kathy.snell@faa.gov
(kathy.snell@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Note: The archive date does not reflect the solicitation due date. The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business Contractors interested in providing offers for the work associated with the Instrument Landing System (ILS) Replacement for Runway13R at Dallas/Fort Worth International Airport, Irving TX. The work includes but is not limited to the following: 1. Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. 2. Replace ILS facilities, including: Runway 13R Localizer: Reroute existing crushed rock access road around the new antenna array. Install new foundations for the localizer antenna array. Install new GFM 14-element localizer antenna array. Install new foundation for the new localizer shelter. Install new GFM shelter and assemble items shipped loose with the shelter. Install Earth Electrode System (EES) for the shelter and the antenna array. Install crushed rock maintenance plot for the antenna array, extend existing shelter plot, and add a 4' wide walkway between the localizer shelter and the array. Trench and install PVC coated GRS conduits and wiring around the shelter and between the shelter and the antenna array. Demo existing localizer antenna array and foundation, level and grade land to match surrounding area, apply seeding for the area. Remove existing shelter and foundation. Runway 13R Glide Slope: Demo existing glide slope tower antennas, cabling, and conduit. Remove existing shelter and foundation. Install new foundation for the glide slope shelter. Reestablish conduit and wiring for all existing power and control wiring. Install new GFM shelter and assemble items shipped with the shelter. Install new glide slope tower antennas, cabling, and conduit. Install Earth Electrode System (EES) for the shelter and the glide slope tower. Trench and install PVC coated GRS conduits and wiring around the shelter. 3. Work shall be phased to reduce the ILS outage times. Night work will be required during the ILS outage times and two shifts may be needed to maintain the schedule. 4. The runway is shutdown from 10pm to 6am every night. A crane will be needed to remove the existing shelters and install the new shelters. The nighttime shutdown will be utilized for all crane work. 5. The nighttime shutdown will also be utilized to construct the new Localizer array foundation and all associated underground conduit and grounding. The above ground assembly of the Array will occur after the permanent ILS shutdown. 6. Install and maintain erosion control measures to protect ditches and inlets. 7. Accomplish other incidental duties to accommodate site peculiar conditions. 8. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. All work shall be in accordance with the plans and specifications. 1. The solicitation will advertise on/or about June 7, 2010. 2. Contract performance time is 98 days. 3. This is a Small Business Set-aside. 4. The North American Industry Classification System (NAICS) is 237310 and the small business size standard is $33.5 Million. 5. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees. 6. The dollar range for this project is between $400,000.00 and $800,000.00. 7. A mandatory (pre-bid) meeting will be conducted; date and time will be provided in the solicitation. All interested contractors must attend this site visit in order to qualify for contract award. Further information will be contained in the solicitation package. An Offeror must meet the following Go/No-Go criteria in order to receive a solicitation package: (all 3 documents must be submitted to be responsive). 1. Complete and return the attached Business Declaration. 2. Complete and return the Sensitive Security Information. 3. Complete and return the Past Performance/Specialized Experience document. Offerors must have the following minimum experience and provide the following information to substantiate their experience. Submit a minimum of three (3) past or current contracts/projects your firm has performed with the same size range and similar in scope to this project (scope of work is described above). All projects submitted, must be in progress or completed within the last five (5) years. Offerors are to ensure that if their work included subcontractors that this information is all provided on the form. Offerors are encouraged to fully complete the experience form in order to be considered responsive. Missing or lacking information will results in a No-Go and Offeror may or may not receive the opportunity to provide additional information. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov. SPECIAL NOTICE: Solicitation will be posted on FBO with restricted access. Once you have qualified by submitting the required documents (Go/No Go Criteria) you will be added to the solicitation on FBO to receive this project. If you have not created an FBO account you will not be able to access the solicitation documents until you have completed the registration process. FBO uses the Central Contractor Registration (CCR) for a portion of the vendor authentication process, Offerors must be successfully registered and designate a Marketing Partner Identification Number (MPIN) in CCR prior to seeking access through FBO. Ensure that you provide the contact information of the person or persons that will require access to the solicitation. All requests can be emailed to kathy.snell@faa.gov and are due no later than 3:00 pm CST on June 3, 2010. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/9526/listing.html)
- Record
- SN02152639-W 20100520/100518234918-242d32b131a0cec94d1ce8ef6410fb50 (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 |