Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2002 FBO #0112
SOURCES SOUGHT

99 -- Architect/Engineering Firms to Perform Structures Study for Rwy 30L ALSF-2, Minneapolis-St. Paul Int'l Airport, Minneapolis, MN

Notice Date
3/22/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, FAA, Great Lakes Region, AGL-55B Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFA14-02-R-34243
 
Response Due
4/5/2002
 
Point of Contact
Melody McGovern, 847/294-7347
 
E-Mail Address
Email your questions to Melody.McGovern@faa.gov
(Melody.McGovern@faa.gov)
 
Description
The FAA is seeking qualified Architect/Engineering firms who can perform the subject tasks as stated herein: WORK SUMMARY FOR A/E CONTRACT FOR MSP RWY 30L ALSF-2 STRUCTURES STUDY: Design improvements to the approach lighting system serving Runway 30L of Minneapolis-St. Paul International Airport, Minneapolis, Minnesota. Structures of the existing approach lighting system (ALSF-1) stand along the extended centerline of Runway 30L to approximately 2970 feet east of the end of the runway. The FAA seeks design assistance in converting the rigid ALSF-1 to a low-impact-resistance (LIR) ALSF-2, and improving maintenance access in the process. The FAA seeks consultant assistance with the following items: 1.DESIGN OF FACILITIES WITHIN THE MINNESOTA HIGHWAY 5 RIGHT OF WAY. A.Replacing three rigid ALSF-1 light bar towers within the Minnesota Highway 5 right of way with LIR ALSF-2 light bar towers that tilt down for maintenance. B.Redesigning the maintenance areas of the ab! ove three light bar towers, including redesign of some existing guardrails. C.Designing ALSF-2 cable ducts under Minnesota Highway 5, and incidental handholes or manholes. D.Developing a traffic plan for the construction of the above items that will be acceptable to the Minnesota Department of Transportation (MnDOT). Coordinating the above designs and traffic plan with the MnDOT and Federal Highway Administration (FHWA). 2.EVALUATE OPTIONS IN TALL LIGHT BAR SUPPORT STRUCTURES. The existing ALSF-1 has tall rigid light bar support structures over the outermost third of its length. These structures consist of several tall freestanding towers west of the Minnesota River, a bridge across the Minnesota River, and one tall freestanding tower east of the Minnesota River. The FAA requires consultant assistance in estimating the cost of designing, permitting, and constructing a number of options in tall support structures for ALSF-2 LIR structures. This estimating involves: ! A.Structural analysis sufficient to determine the most feasible style of structure for each option. B.Recommending and estimating the cost of security devices to be applied to the vertical bridge supports and to towers, to prevent climbing by unauthorized persons. C.Discovering and reporting the nature, scope, and cost of river hydraulic studies required for permitting the structures that would stand within the Minnesota River flood plain. The consultant will be required to perform all records research, surveys, soil borings, bridge and tower inspections, and interagency communication incidental to the work in Items 1 and 2 above. The anticipated performance time is 120 calendar days. The offer range is between $90,000 to $150,000. Award is anticipated for June 2002. INTERESTED FIRMS SHOULD REQUEST PRE-QUALIFICATION SCREENING INFORMATION REQUEST (SIR) APPLICATION NO. DTFA14-02-R-34243. REQUESTS WILL BE HONORED VIA FAX (847/294-7801), E-MAIL OR LETTER ONLY. NO TEL! EPHONE REQUESTS WILL BE ACCEPTED. REQUESTS FOR THE SIR APPLICATION WILL BE ACCEPTED ON OR BEFORE CLOSE OF BUSINESS APRIL 5, 2002. Upon completion of evaluation process, only those firms determined to be qualified will be sent a Request for Offer (RFO). Notice for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Lo! ans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information regarding the bonding and lending programs, please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169. <P>
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00047059-W 20020324/020322213216 (fbodaily.com)
 
Source
FedBizOpps.gov 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.