Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
MODIFICATION

99 -- VERY SMALL BUSINESS SET-ASIDE: Replacement of two (2) existing Equipment Buildings for the Glide Slope (GS) and Localizer (LOC) at the St. Clair County International Airport, Port Huron, Michigan

Notice Date
6/24/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-051 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-10-R-00179
 
Response Due
7/9/2010
 
Archive Date
7/24/2010
 
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 Federal Aviation Administration (FAA) Great Lakes Region has a requirement for the replacement of two (2) existing Equipment Buildings for Runway 4 Glide Slope (GS) and Localizer (LOC) at the St. Clair County International Airport, Port Huron, Michigan. Work includes, but not limited to SCOPE: Furnish all labor, equipment, materials, supplies, permits, and transportation required to perform the work. Work includes but not limited to the following: 1)Coordinate with the FAA Contracting Officer's Technical Representative to disconnect all power, and co-axial cables, from the equipment in both existing buildings. Coordinate with the utility company to disconnect power to the electric meter mounted on the building wall. 2)Pull the existing cables out of both existing buildings through the existing conduits exercising care not to damage the cables. Every effort shall be made to avoid the need to splice cables when reconnecting the existing equipment after it is installed in both new buildings. Coax cables cannot be spliced. If a coax cable is damaged it shall be replaced by the contractor at the contractor's expense. 3)Remove both existing buildings (8'x12') including all equipment, RMM antenna & other components and place securely at a nearby location, as approved by the Contracting Officer's Technical Representative. A) For the Glide Slope building, remove and dispose of existing 4- concrete pier foundations. B) For the Localizer building it is mounted on 4- concrete pier foundations. Do not remove or damage these piers. The temporarily relocated buildings shall be firmly secured to the ground and all equipment in both buildings shall be protected from rain, dust, and other elements. The Contractor shall exercise care so as to not damage the existing equipment in both buildings during removal. Remove the existing entrance concrete pad. 4)Provide and install new equipment building (10'x12') as specified and shown on drawings. The contractor may fabricate the equipment building on or off site. A) The new equipment building for the Glide Slope shall be installed on four (4) new reinforced concrete piers. B) The new equipment building for the Localizer shall be installed on the 4 existing concrete piers. Both building shall be equipped with a new wall-mount electric A/C & Heating single unit (such as manufactured by Bard), new power panel, new power disconnect switch, and a new surge protector as specified in this document and shown on drawings. Install new hollow precast concrete entry stair stairs with galvanized 1 " diameter standard pipe handrail. Entry stairs shall be a minimum of 4'- 0" wide and shall have landing with a minimum size of 4'-0" x 4'-0". 5)Uninstall all Glide Slope equipment and RMM antenna from existing building and move the equipment to the new building and Uninstall all Localizer equipment (including A/G & RMM antennas) and REIL control equipment from existing building under directions of the Contracting Officer's Technical Representative. Any damage to the existing equipment shall be reported to the Contracting Officer's Technical Representative immediately and shall be repaired by the contractor at the contractor's expense. 6)A) Install all existing Glide Slope equipment, electrical panel, battery box, storage cabinet, RMM antenna (to be aligned), etc. in the new building. B) Install all existing Localizer & REIL equipment, electrical panel, battery box, storage cabinet, etc. in the new building. Align the RMM antenna as needed. The contractor shall pull all existing cables into the new building. The contractor shall reconnect and properly ground the equipment. The contractor shall install on the ceiling new surface mount fluorescent light fixtures with two 32-watt bulbs each, RF suppressors and low temp starters. A switch for the lights shall be installed at the door. The contractor shall install one 50-watt Pulse start Metal Halide lamp (with photo cell) wall-mount exterior light fixture. Restore power to the new building. 7)Grounding and lightning protection system for both buildings shall be installed as specified and shown on drawing GL-D-1988B. 8)Provide and install "Expansion Couplings" for all underground rigid conduits entering both building. Expansion couplings shall be 12" minimum above ground. 9)For both buildings provide and install a new 30 Amp power inlet box on the exterior wall for the generator. Also, provide and install a new 100 Amp unfused, double throw, safety switch on the interior wall. 10)For both buildings perform an operational test in presence of the Contracting Officer's Technical Representative. 11)A) Dispose of existing Glide Slope building existing concrete piers, and concrete pad off the facility property.B) Dispose of existing Localizer building and existing concrete pad off the facility property To obtain a copy of the solicitation, submit a written request via fax to Dennis Shub, Netstar-1 (847) 294-8050 with your name, company name, address, phone number and e-mail address, or e-mail: Dennis.ctr.Shub@faa.gov by close of business July 9, 2010. The estimated price range is between $100,000.00 to $250,000.00. 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 VERY SMALL BUSINESS SET-ASIDE and 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/DTFAGL-10-R-00179/listing.html)
 
Record
SN02187683-W 20100626/100624235507-b95e268efd6002e721fc37f27edb40e5 (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.