Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOLICITATION NOTICE

99 -- Install PAPI system Indicators and Access Road on R/W 18, Wittman Regional Airport, Oshkosh, WI

Notice Date
8/3/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 ACE - Central
 
ZIP Code
00000
 
Solicitation Number
DTFACN-12-R-22035
 
Response Due
8/17/2012
 
Archive Date
9/1/2012
 
Point of Contact
Thomas Dennis, 816-329-3107
 
E-Mail Address
thomas.ctr.dennis@faa.gov
(thomas.ctr.dennis@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Project entails to remove and replace the existing Federal Aviation Administration (FAA) owned and operated Visual Approach Slope Indicators (VASI) systems with Precision Approach Path Indicators (PAPI) systems serving R/W 18 at the Wittman Regional Airport, Oshkosh, WI. The new PAPI facilities are manufactured by DME Corporation with air to ground radio control for Runway 18. Assets include an access road. The work includes but is not limited to the following: 1.Furnish Competent surveying resources to properly layout the subject site and provide horizontal and vertical control 2.Remove existing VASI equipment, conduit, and foundations and salvage equipment per local FAA requirements, and reseed sites to match adjacent existing conditions. Abandon direct buried cable 36" below grade. The existing VASI equipment, controls, etc, shall be carefully removed without damage, protected from the elements, and turned over to the local FAA representative by the end of the job. The contractor shall package the salvaged equipment in crates and store them in an approved location at the airport. 3.Coordinate with utility owners for a cable locate and hand dig within 5 feet of a located utility, cable, or structure. 4.Furnish and install PAPI facility including: 5.Accomplish other incidental duties to accommodate site peculiar conditions. 6.Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. 7.Work shall be sequenced to minimize impact to airport operations, and so existing VASI facilities can remain in service as long as possible. 45 calendar days Bond is required Range is $125,000 - $200,000 Small Business Set Aside NAIC: 237990 Business Size Standard: $33.5 Million To be placed on the mailing list, please submit a request in writing via e-mail to Thomas.ctr.dennis@faa.gov or fax to 816-329-3137. The request must include solicitation number, company name, point of contact, address, phone and fax number. To be considered for award of this project, the contractor must be currently registered in the Central Contractor registration (CCR) database (website: www.ccr.gov). NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFACN-12-R-22035/listing.html)
 
Record
SN02826463-W 20120805/120803235407-7e2e637bad71d8049f4312f28206cefb (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.