Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
DOCUMENT

Z -- Manistee, MI (MBL) Rwy 28 MALSR - Attachment

Notice Date
2/10/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Ft. Worth, TX)
 
Solicitation Number
DTFACN-16-R-00103
 
Response Due
2/22/2016
 
Archive Date
2/22/2016
 
Point of Contact
Jason Fitzgerald, jason.fitzgerald@faa.gov, Phone: 817-222-4911
 
E-Mail Address
Click here to email Jason Fitzgerald
(jason.fitzgerald@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The FAA is seeking competent and qualified general contractors to re-cable and correct the Runway Safety Area (RSA) violations for the Runway 28 Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) at Manistee Regional Blacker Airport in Manistee, MI (MBL). Work shall include: 1.Coordinate with airport operations and local SSC representatives to locate existing underground utilities and cabling near the Runway 28 MALSR. 2.Remove existing MALSR distribution panel and associated foundation. 3.Install a new MALSR distribution equipment rack on a new foundation at the new location outside the RSA. 4.Furnish and install direct earth bury MALSR cables for stations 2, 4, 6, 8, 10, 12, 14, threshold, and to the MALSR shelter per drawings. Abandon old cables min 2 feet below grade. 5.Remove and replace splice cans in reinforced concrete foundations at stations 4, 6, 8, 12, and 14 per drawings. 6.Furnish and install aircraft-rated handhole near the existing threshold bar per drawings. 7.Install new government furnished frangible bolts on top of existing anchor bolts to provide frangibility at or below 3 at MALSR stations 4, 6, 8, and 10. 8.Install new government-furnished frangible couplings on the threshold bar and station 2. 8.Aim the lamps at their current angles and elevations per drawings. 9.Add approved gravel to existing crushed rock plots around all light bar foundations at stations 2, 4, 6, 8, 10 and new MALSR power distribution panel. Ensure that the frangibility point is less than 3 inches above grade. Remove any plants/weeds around station 2 foundation. 10.All cables shall be tested per specifications after installation, in the presence of the COR. A written record of the test results for all of the conductors must be delivered to the COR. 11.Cleanup site on a daily basis. Restore areas disturbed by construction activity or vehicles by placing and compacting clean topsoil fill material per specifications to meet surrounding grade. Restore damaged areas caused by construction. Replace the perimeter guard wire at each station if damaged. Re-construct crushed rock plots. Grade and seed areas disturbed by construction. 12.Remove wooden maintenance stands at stations 4, 6, 8, and 10. 13.Upon completion, release the 4 portable fiberglass sawhorses utilized during the project to the SSC. (Per specifications, provide submittal for approval of Stanley Model # STST60626 or equivalent.) 14.Participate in Contractor s Acceptance Inspection (CAI), and quickly address any punch list items. CAI may be conducted in conjunction with Joint Acceptance Inspection (JAI) with the SSC office. The contractor will be required to provide all labor, materials, supplies, and equipment (except Government furnished) to perform this work in accordance with the statement of work and with all local, state, and federal laws. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). Work will be done when the facility is taken out of operation. Contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues. All work shall be in accordance with the plans and specifications. 1.This project is set-aside for Small Business Concerns to all General Contractors. 2.The North American Industry Classification System (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $15 million. 3.The project magnitude is between $100,000 and $250,000. 4.A site visit will not be required. The facility will be operational and within restricted area. Specific information/photos can be provided at the request of the contractor. 5.The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 6.Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a.Using the Past Experience/ History form (Attachment #1), provide a listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size ($100,000 and $250,000) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. b.Complete and return the Sensitive Security Information Form (Attachment #2). c.Complete and return the Business Declaration form (Attachment #3). The information provided will also be used as part of the responsibility determination. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Requests must be emailed to jason.fitzgerald@faa.gov no later than Monday, February 22, 2016 at 5:00pm CST. Please place Attention: MBL 28 MALSR in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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 a program to assist small businesses, small businesses owned and controlled by a 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 $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." 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/23607 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-16-R-00103/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 1 - Past Experience History (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62066)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62066

 
File Name: Attachment 2 - Sensitive Security Information Form (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62067)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62067

 
File Name: Attachment 3 - Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62068)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62068

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04016290-W 20160212/160210234444-ac58d6a9ec6d8d7111552da4f35300cf (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.