SOLICITATION NOTICE
Y -- Sterilization of Runway 04 and Runway 22 Runway Safety Area (RSA) at Southern Wisconsin Regional Airport, Janesville, Wisconsin
- Notice Date
- 1/30/2013
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Chicago, IL)
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-13-R-00134
- Response Due
- 2/14/2013
- Archive Date
- 2/14/2013
- 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 sterilization of Runway 04 and 22 Runway Safety Areas (RSA) by adding frangibility and by relocating Runway 04 Localizer outside the RSA at Southern Wisconsin Regional Airport in Janesville, Wisconsin. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, and specifications. The contractor shall coordinate the exact sequence of work with the airport authority through the Contracting Officer ™s Representative (COR) prior to construction and shall provide updated construction schedules at the preconstruction conference and upon request. Contractor shall hold a tailgate safety meeting prior to commencement of work each day, in the presence of the COR, to discuss possible safety hazards and mitigation. Work shall include: RUNWAY 22: 1. Relocate Runway 4 Localizer (LOC) antenna to 1110 ™ from Runway 22 threshold including the construction of a new equipment shelter (see Item 10) 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. 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 regulation. Assume shelter contains asbestos and lead based paint. 3. Provide a complete list of Lockout/Tagout procedures for the relocated facilities. 4. Furnish and Install underground power and control cables for LOC. Contractor shall coordinate with power company for electrical service. 5. Remove existing localizer access road and parking area. 6. Install buried cable markers along cable runs. 7. Miscellaneous civil and electrical work as described in the drawings and specifications. 8. 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. 9. Participate in Contractor ™s Acceptance Inspection (CAI) and quickly address any punch list items. Coordinate with SSC personnel for a Joint Acceptance Inspection in accordance with Order 6010.7A. 10. Contractor is permitted to substitute a Dupont Pre-fab Building in lieu of the wood frame structure 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 offloading and shelter delivery. RUNWAY 04: 1. Remove Runway 22 MALSR Stations 8 and replace with new foundations, MG-20 LIR masts and crossbars on frangible connections. Place and compact crushed aggregate surfacing around light bars to bring rock flush with foundation top. 2. Install threshold lights with concrete foundation. 3. Miscellaneous associated civil and electrical work. Contract performance time is 30 calendar days, with an anticipated start date of April 19, 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/12946 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00134/listing.html)
- Record
- SN02976266-W 20130201/130130234805-ed0b268727c09ac576f0585be9ffe49e (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 |