DOCUMENT
Z -- NAVAID Construction JMS and MBS - Attachment
- Notice Date
- 4/8/2016
- 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-00128
- Response Due
- 4/18/2016
- Archive Date
- 4/18/2016
- 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 construction contractors for work at navigational aid facilities for the following two (2) projects: JAMESTOWN, ND (JMS) This project will replace the existing visual approach slope indicator (VASI) lighting system with a precision approach path indicator (PAPI) system for Runway 13 at Jamestown Municipal Airport in Jamestown, North Dakota (JMS). Work under this contract, which will be performed within 250 from the runway centerline inside the runway safety area (RSA) and will require the daily closure of the runway between departures and arrivals. 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. COR shall hold a tailgate safety meeting prior to commencement of work each day to discuss possible safety hazards and mitigation. The work includes but is not limited to: 1.Submit request for FAA assistance to locate existing underground utilities and cabling. 2.Contract a registered land surveyor (RLS) to layout and stake PAPI lamp housing assembly (LHA) locations. 3.Remove existing VASI power and control equipment and foundations; existing VASI LHA s and their associated foundations (give equipment to local SSC); existing VASI power conductors and abandon associated buried conductors 2 minimum below grade; and repair disturbed sod areas by placing compacted topsoil and seeding per specifications. 4.Hydro-excavate or hand dig areas where excavation will be within 5 of a marked utility or buried cable. 5.Construct reinforced concrete foundations for PAPI LHA s and PAPI frangible power and control equipment rack. 6.Install power and control cables and make connections to equipment at ends. Ensure a constant 6 inch separation between power and control runs throughout. All power and control cables shall be tested for continuity and insulation integrity per specifications after installation in the presence of the resident engineer or SSC technician. A written record of the test results for all of the conductors shall be delivered to the COR. 7.Install PAPI LHA s on frangibly mounted EMT conduit supports on concrete foundations. 8.Install perimeter grounding conductor around LHA s and test grounding system per specification. A written record of the test results shall be delivered to the COR. 9.Construct compacted crushed rock plot around PAPI LHA s. 10.Aim PAPI LHA s and verify PAPI will operate normally on local control. Adjust photocell to point north and test photocell. (Remote control will be established by FAA installation technicians). 11.Install labels on electrical equipment and junction boxes per specifications. Install weatherproof labels showing aiming angle and unit number (i.e., LHA #1, 3 30 ). These labels are to be installed after passing flight check. 12.Implement and maintain a quality control plan to ensure contract compliance. 13.Participate in contractor s acceptance inspection with COR and joint acceptance inspection with FAA SSC representative(s). Address punch list items generated at the inspection (if any). FREELAND, MI (MBS) and (TQR) SCOPE (GS 05): 1.Disconnect and remove from service Rwy 05 Glide Slope (GS) and Runway Visual Range (RVR). Provide temporary 30A receptacle for use of a Government Furnished portable generator to maintain operational status of the Stand Alone Weather System (SAWS) on site. Provide temporary control wiring from manhole at edge of site (see plans). 2.Remove existing UG duct/wiring into shelter to allow new duct/wiring to enter new shelter through wall in lieu of current configuration through floor. Move existing trailer-mounted shelter to site edge for use as office and temporary storage. Remove steps and slab. 3.Drill and cast-in-place twelve (12) - 18" concrete piers, for Government Furnished Shelter. 4.Install UG ductbanks, etc., and provide fill material to facilitate drainage from under shelter. Prep area with geotextile fabric and crushed aggregate surface. Remove existing UG duct as indicated on plans. 5.Install Lightning Protection items and new ductwork in GS Tower (new RGSC for electric and new PVC for coaxial (by others) cables. 6.Install Government Furnished Shelter (and Lightning Protection items supplied with shelter), to include entry conduits (via LBs, NEMA 3R enclosures, GF Interface Junction Box, etc.) with expansion couplings, as well as required grounding, and cast-in-place steps. 7.Install Earth Electrode System (EES) around perimeter of new shelter and tower in accordance with above referenced plans and specifications. 8.Interior wiring is minimal, if any. Assist on-site personnel in transfer of equipment from old shelter. Re-work/re-locate any EMT/receptacles in locations interfering with cabinets/workbenches, etc. 9.Install a Disconnect switch at the SAWS as indicated on plans. SCOPE (GS 23): 1.Disconnect and remove from service Rwy 05 Glide Slope (GS) and Runway Visual Range (RVR). 2.Remove existing UG duct/wiring into shelter (see plan) and assist on-site personnel to remove equipment and store in Contractor's temporary office/storage trailer (Rnwy 05 trailer mounted GS shelter). Remove steps and slab. 3.Drill and cast-in-place twelve (12) - 18" concrete piers, for Government Furnished Shelter (on site). 4.Install three (3) concrete handhole/manholes to intercept existing UG ductbanks (concrete with 36" interior clearance, and rated for 20,000 lb traffic load). 5.Install UG ductbanks, etc., and provide fill material to facilitate drainage from under shelter. Prep area with crushed aggregate. Remove existing UG duct as indicated on plans. 6.Install Lightning Protection items and new ductwork in GS Tower (new RGSC for electric and new PVC for coaxial (by others) cables. 7.Install Government Furnished Shelter (and Lightning Protection items supplied with shelter), to include entry conduits (via LBs, NEMA 3R enclosures, GF Interface Junction Box, etc.) with expansion couplings, as well as required grounding, and cast-in-place steps. 8.Install EES around perimeter of new shelter and tower in accordance with above referenced plans and specifications. 9.Interior wiring is minimal, if any. Assist on-site personnel in transfer of equipment from old shelter. Re-work/re-locate any EMT/receptacles in locations interfering with cabinets/workbenches, etc. The contractor will be required to provide all labor, materials, supplies, supervision, 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 Construction 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 for Jamestown, ND (JMS) is between $100,000 and $250,000. 4.The project magnitude for Freeland, MI (MBS and TQR) is below $100,000. 5.There will be a site visit coordinated with those parties who receive the solicitation, and more information will be available then. The site visit will not be mandatory, but is HIGHLY ENCOURAGED. 6.Projects may be awarded on the basis of all, some, or none. 7.The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. 8.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 ten (10) 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 Security Notice to Prospective Offerors (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, April 18, 2016 at 5:00pm CST. Please place Attention: JMS-MBS Projects) 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/24056 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-16-R-00128/listing.html)
- Document(s)
- Attachment
- File Name: Attachment 3 - Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/63873)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/63873
- File Name: Attachment 2 - Sensitive Security Information Form - JMS-MBS (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/63874)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/63874
- File Name: Attachment 1 - Past Experience History (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/63875)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/63875
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment 3 - Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/63873)
- Record
- SN04078209-W 20160410/160408234301-274b6e15d1e2e36bfa1d001bc25e0db2 (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 |