SOURCES SOUGHT
99 -- RFO DTFANM-12-R-00097 MOLOKAI, HI VORTAC REFURBISHMENT
- Notice Date
- 6/4/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-530 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFANM-12-R-00097-11850
- Response Due
- 6/21/2012
- Archive Date
- 7/6/2012
- Point of Contact
- Lelanie Rivera, 425-227-1003
- E-Mail Address
-
lelanie.rivera@faa.gov
(lelanie.rivera@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Request for offers is to seek competent and qualified contractors for the refurbishment of the Molokai, HI VORTAC. Summary of Work: These specifications describe the project requirements for refurbishing the Molokai VORTAC facility located in the highlands west of Molokai Airport. The VORTAC building footprint is 36' X 36' built on a concrete foundation. The exterior walls are made of connected 8' X 4' prefabricated masonite insulated panels and a 2' steel roof truss supporting a 53' diameter circular roof. The contractor shall furnish all management, labor, tools, equipment, transportation, and materials for the project. See Section 1.04 for detailed specifications. All work shall be accomplished by qualified experienced licensed contractors. ROOF PREPARATION Remove TACAN, collar and teepee. Wrap and store TACAN. Crate old teepee for shipment. DEMOLITION Remove existing roofing and insulation to copper sheeting. Remove vinyl siding from the soffit and walls. Remove abandoned water tank and pump. Remove steel post under soffit. Remove 2 handholds. ROOF REPLACEMENT Repair damaged wood decking at the roof drip edge. Install government furnished material (GFM) antenna mount brackets. Install tapered roofing insulation and fully adhered membrane roofing and associated flashing. Install monitor antenna cable conduit and fittings. Install ladder supports. TEEPEE INSTALLATION Assemble and paint GFM teepee. Assemble GFM collar and vent covers. Install teepee, collar and stored TACAN. EXTERIOR WALL COATING Repair damaged wall panels, patch holes and caulk all gaps. Remove corrosion from insulated wall panels. Paint the exterior with an epoxy undercoat and a polyurethane top coat. ELECTRICAL Replace interior suspended light fixtures and mounted exterior light fixtures. BUILDING IMPROVEMENTS Replace two (2) metal doors and hardware. Paint six (6) bollards. Replace EG exhaust pipe clamp. FENCING Remove fencing and install new vinyl fencing. FLOORING Remove floor tiles and install resilient tile flooring. GROUNDING Connect the existing conductors to the roof copper counterpoise at the four (4) building corners. Install GFM ground plates and connect to the earth electrode system (EES). THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESS. 3.6.1-1 Notice of Total Small Business Set-Aside (January 2010) The applicable North American Industry Classification System (NAICS) code(s) are 236220 and 238160. Site Visit: The site visit is OPTIONAL, however the FAA urges and expects offerors to inspect the site where the work will be performed. A site walk will be conducted on June 12, 2012. Contractors are to meet the COTR at 10:00 AM HST at the Molokai Airport near the arrival gate. The COTR will escort the Contractors to the VORTAC site. Contractors are to provide their own transportation. Contractor shall submit personnel information for the individual(s) that will represent the Contractor to the FAA representative 5 days prior to scheduled site visit. Contractor representative(s) shall be employees of the Contractor. The FAA representative is Jim Burress, phone number (808) 840-3728, cell (808) 721-6965 email: jim.burress@faa.gov. SUBMISSION OF OFFER: Offers are due by close of business (4pm, PST) on June 21, 2012. Please see Section "L" of the attached Request for Offers package for complete proposal submission information. 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 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. If you are viewing this announcement from another website, please be sure to view the original announcement at: http://faaco.faa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFANM-12-R-00097-11850/listing.html)
- Record
- SN02765403-W 20120606/120604235229-f0912b171340cca5d234595b657358ae (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 |