Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2013 FBO #4087
SOLICITATION NOTICE

Y -- Relocation of Localizer (LOC) and Moving Target Indicator (MTI) Reflector on Runway 25 Runway Safety Area (RSA) at Greater Rockford Airport, Rockford, Illinois

Notice Date
1/30/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Chicago, IL)
 
ZIP Code
00000
 
Solicitation Number
DTFACN-13-R-00137
 
Response Due
2/15/2013
 
Archive Date
2/15/2013
 
Point of Contact
Irene Medina, irene.medina@faa.gov, Phone: 847-294-8309
 
E-Mail Address
Click here to email Irene Medina
(irene.medina@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is for the relocation of the Runway 07 Localizer (LOC) and removal of the Moving Target Indicator (MTI) reflector on Runway 25 Runway Safety Area (RSA) at Greater Rockford Airport, Rockford, Illinois. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, and specifications. Runway closures of Runway 07 will be scheduled during the daytime (the runway will open at night to serve UPS) for approximately a 14-day window after the annual Rockford AirFest scheduled for the first week of June 2013. The Phase 2 work (described below) must begin at the start of the closure. The exact start date of the runway closure will be determined by the airport authority and coordinated with the contractor through the Contracting Officer ™s Representative (COR). The contractor must coordinate the exact sequence of work with the airport authority through the COR prior to construction and must provide updated construction schedules at the preconstruction conference and upon request. RUNWAY 25 1. Establish Runway 07 LOC antenna to 1050 ™ from Runway 25 threshold including the construction of a new equipment shelter (Please see item 11) and parking area, relocation of antenna mast on new foundations, site work, power and signal cabling. 2. Remove and dispose of existing LOC equipment shelter (If directed by FAA in lieu of removing existing LOC equipment shelter off site, transport shelter to Runway 01 threshold area). The facility has not been inspected for the presence of asbestos. A pre-demolition asbestos inspection is required in order to comply with FAA orders and federal NESHAPs regulations. Assume shelter contains asbestos and lead based paint. The demolition of the LOC shelter will require a pre-demolition asbestos inspection per NESHAP regulations as well as the required 10-day notification per Federal, State, and Local regulations prior to demolition. 3. Provide a complete list of Lockout/Tagout procedures. 4. Furnish and install underground power and control cables for the LOC. Contractor shall coordinate with the power company for electrical service. 5. Remove existing localizer access road and parking area. 6. Install buried cable markers along cable runs. 7. Remove Runway 25 MTI reflector foundation. 8. Miscellaneous civil and electrical work as described in the drawings and specification. 9. Cleanup site on daily basis. Restore areas disturbed by construction activity or vehicles by placing and compacting clean topsoil fill material per specifications to meet surrounding grade. Hydro-seed area disturbed by construction. 10. Participate in Contractor ™s Acceptance Inspection (CAI) and quickly address any punch list items. Coordinate with SSC personnel for a Joint Acceptance Inspection (JAI) in accordance with Order 6010.7A. 11. Contractor is permitted to substitute a DuPont Pre-fab Building in lieu of the wood frame shown on drawings. The pre-fab Building shall be a 10 ™ x 16 ™ and constructed in accordance with FAA contract śFAALC Fiberglass Shelter Specification ť with DuPont. They can be reached at 337-905-5928. The foundation for DuPont Pre-fab building is different than wood frame shelter and shall be FAA approved. Contractor will be responsible for shelter delivery and offloading at project site. The work under this contract shall be performed in phases and scheduled as follows: Phase 1: The contractor shall construct the new LOC system (FAA to furnish LOC equipment) while the existing Localizer system is operating. All equipment shall remain outside the critical area while the existing system is active. The contractor must complete Phase 1 within thirty (30) calendar days. Phase 2: The following work will require the shut-down of the Ruway 07 Instrument Landing System (ILS) which will be scheduled during the daytime (the runway will be open at night to serve UPS) for approximately a 14-day window after the annual Rockford AirFest scheduled for the first week of June 2013. The work in this phase must begin at the start of the closure and will be coordinated as stated in the General Description section above. The contractor must remove the existing Localizer antennas, foundations and restore grading to meet RSA requirements, associated power, control, and signal cables. Remove Runway 25 MTI reflector foundation. Please be aware, the localizer antenna array is within the RSA and will require a shutdown of the runway in order for work to be accomplished on it. The contractor must complete Phase 2 within two (2) calendar days. Phase 3: The following work may be completed simultaneously with the Phase 2 work, however, it should not impede the progress of the Phase 2 work. The contractor shall demolish the existing LOC site and restore the turf area. If directed by FAA, in lieu of removing existing LOC equipment shelter off site, transport shelter to Runway 01 threshold area. The contractor shall remove the existing asphalt paved access road. The FAA installation technicians will prepare the LOC for flight check. The contractor must complete Phase 3 within thirteen (13) calendar days. SCHEDULE - CONTRACT PERFORMANCE TIME: Phase 1 (4/01/2013-4/30/2013)30 Calendar Days Phase 2 (6/10/2013-6/11/2013) 2 Calendar Days Phase 3 (6/12/2013-6/25/2013)13 Calendar Days Contract performance time is 45 calendar days, with an anticipated start date of April 1, 2013. The estimated price range for this procurement is between $250,000 and $500,000. INTERESTED FIRMS MUST HAVE SUCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. General contractors must submit their interest in subject project on company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact. Please submit your request to the attention of Irene Medina, to mailing address: 2300 East Devon Avenue, AAQ-520, Des Plaines, IL 60018; or to fax number (847) 294-8310; or to email address: irene.medina@faa.gov If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/12952 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00137/listing.html)
 
Record
SN02976110-W 20130201/130130234635-1773cfc134134ca0a57cb50f2d38252f (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.