DOCUMENT
Z -- Repair of the MALSR Walkway Structure at the Lakefront Airport, New Orleans, LA - Attachment
- Notice Date
- 7/27/2016
- Notice Type
- Attachment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Ft. Worth, TX)
- Solicitation Number
- DTFACN-16-R-00139
- Response Due
- 8/4/2016
- Archive Date
- 8/4/2016
- Point of Contact
- Mary Higgins, mary.higgins@faa.gov, Phone: 817-222-5526
- E-Mail Address
-
Click here to email Mary Higgins
(mary.higgins@faa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Repair of the MALSR Walkway Structure at the Lakefront Airport, New Orleans, LA The Federal Aviation Administration (FAA) is seeking competent and qualified contractors interested in providing offers for repair of the MALSR Walkway Structure at the Lakefront Airport in New Orleans, LA. This is not a Screening Information Request (SIR) or Request for Proposal (RFP). See Section III for documentation required to be submitted and evaluated to determine which vendors receive the solicitation. SECTION I REQUIREMENT SCOPE The New Orleans Lakefront Airport walkway pier is approximately 2,100 feet long and is 5 ™-7 wide. The pier is installed in Lake Pontchartrain (a brackish water lake that borders the New Orleans, LA metropolitan area). The pier was constructed to support the FAA MALSR equipment and pedestrian traffic. The walkway is comprised of the following structural components: Wooden vertical support piles. Metal horizontal I-beams to which fiberglass walkway grating is attached Metal handrail system NOTE: Construction drawings are not included with this abbreviated scope of work. They will be available (along with other work related documents) with the official bid package. The contractor will be required to accomplish the following work: I. 2-PILE BENT STATIONS (SEE DRAWING NEW-MALSR-S01-00) a.The contractor shall replace approximately 32 “3 x8 horizontal wooden bracing members and approximately 6 “3 x8 diagonal wooden bracing members. This work shall be accomplished at nineteen (19) 2-pile bent stations. In addition to the bracing members, the contractor shall also be required to replace all ¾ nuts, bolts and washers associated with the bracing replacement work. All hardware shall be stainless steel (SS). All contractor furnished nuts shall be lock type units. See project drawings for additional details associated with this work. b.The contractor shall be required to re-tighten all ¾ nuts which secure the platform ™s floor beam channels (the nuts are located at the top of each 2-pile bent station). There are approximately 648 nuts that must be re-tightened. NOTE: Access to the floor beams is at walkway elevation. This work can be accomplished without the use of a marine vessel. II. 6-PILE BENT STATIONS (SEE DRAWING NEW-MALSR-S02-00) a.The contractor shall replace approximately 11 “C4x7.2 metal channel horizontal bracing members. This work shall be accomplished at seven (7) 6-pile bent stations. In addition to the bracing members, the contractor shall also be required to replace all ¾ nuts, bolts and washers associated with the bracing replacement work. All hardware shall be stainless steel (SS). All contractor furnished nuts shall be lock type units. See project drawings for additional details associated with this work. b.The contractor shall be required to re-tighten all ¾ nuts which secure the platform ™s floor beam channels (the nuts are located at the top of each 6-pile bent location). There are approximately 192 nuts that must be re-tightened. III. WORKED REQUIRED AT VARIOUS LOCATION ALONG THE ELEVATED WALKWAY a.The contractor shall repair a damaged 12 diameter wooden support pile which is installed at station 20+00. The pile is part of a 6-pile bent station. Pile repair shall require the installation of a 2-C10x20 metal c-channel beams. The beams will cover the damaged sections and reestablish the structural integrity of the pile. See project drawing NEW-MALSR-S03-00 for additional details. After repair, the contractor shall coat the top and side of the pile with coal tar epoxy. b.The contractor shall raise an existing marine obstruction light unit which is installed at station 4+00. The unit shall be mounted on a government furnished (GF) light unit platform. The platform will elevate the unit to a height of approximately 5 feet. See drawing NEW-MALSR-S04-00 for additional details. Note: The contractor shall verify all station numbers in the field, station numbers listed in this document and on the drawings may differ from actual field locations. However the quantity of items identified in the project documents, that require replacement and/or repair will generally match field counts. All work shall be in accordance with the plans and specifications. The total estimated price of the proposed construction project is between $100,000 - $145,000. SECTION II- CONTRACT TYPE AND EVALUATION CRITERIA Award will be made to the responsive and responsible offeror whose offer results in the lowest total price. The North American Industry Classification System (NAICS) is 237310 “ Highway, Street and Bridge Construction. The small business size standard is $36.5 Million. The solicitation will be competed as 100% small business set-aside. SECTION III- GO/NO GO CRITERIA The initial information submitted will be evaluated on a Go/No-Go basis. Offerors must receive a œGo on all of the following criteria to be considered a viable offeror and receive the solicitation. The Government reserves the right to perform clarifications/discussions with any offerors. To receive a œGo rating the offeror must have 5 years of experience performing bridge or walkway construction for projects of this size (construction estimate of $100,000.00 to $145,000.00), and complete the following documents: 1.Business Declaration 2.Sensitive Security Information Form 3.Past Experience Information* *To receive a œGo rating for past experience, the offeror must provide three (3) construction projects similar in size and scope, performed at FAA facilities or other Government facilities, with project values over $75,000.00 per project, completed in the past five years. The information provided will also be used as part of the responsibility determination. Responses must be emailed to mary.higgins@faa.gov, no later than 12:00 Noon (Central Standard Time) on Thursday, 08/04/2016. Please place "MALSR Walkway Structure Repairs “ New Orleans, LA in the subject line of your email. Requests received after this date and time will not be honored. Failure to submit all required information will deem the request for solicitation as non-responsive. NOTE: Contractors must have active registration in System for Award Management (SAM), formerly the Central Contractor Registration (CCR,) before award can be made. Contractors can register at www.sam.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/24984 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-16-R-00139/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/67613)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/67613
- File Name: Sensitive Security Information Form (doc) (https://faaco.faa.gov/index.cfm/attachment/download/67612)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/67612
- File Name: Past Experience History (docx) (https://faaco.faa.gov/index.cfm/attachment/download/67614)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/67614
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/67613)
- Record
- SN04197855-W 20160729/160727234716-e7f151884d37e8785062b69541775516 (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 |