Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2002 FBO #0115
SOURCES SOUGHT

99 -- Relocate MALSR, GS and PAPI Facilities at Hillsboro, Oregon

Notice Date
3/25/2002
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ANM-53A1 NW Mountain Region (ANM)
 
ZIP Code
00000
 
Solicitation Number
DTFA11-02-R-00021
 
Response Due
4/10/2002
 
Point of Contact
Clarence Davis, 425 227 2938
 
E-Mail Address
Email your questions to clarence.davis@faa.gov
(clarence.davis@faa.gov)
 
Description
DTFA11-02-R-00021, Relocate Medium Intensity Approach Light System with Runway indicator Lights (MALSR), Glide Slope (GS), and Precision Approach Path Indicator (PAPI) facilities on Runway 12 at the Portland ? Hillsboro Airport in Hillsboro, Oregon. <P> The purpose of this Screening Information Request (SIR) is to seek competent and qualified contractors to relocate a Medium Intensity Approach Light System with Runway Alignment Indicator Lights, a Glide Slope and Precision Approach Path Indicator facilities on Runway 12 at the Portland ? Hillsboro Airport, Hillsboro, Oregon. <P> The work in general includes the following: Site preparation, trenching, conduit installation, cabling, grounding systems, concrete foundations, and construction of crushed rock surfaced roads; Installation of new MALSR light array stations; Relocation of the PAPI light fixtures and controls; Relocation of an existing GS equipment shelter and installation of a new government furnished MALSR shelter; Demolition of an existing MALSR equipment shelter and removal of the existing concrete foundations. <P> Prospective offerors are required to submit a technical and business proposal. Proposals will be technically evaluated on the basis of the following criteria: 1. Experience in similar construction at operating airports 2. Experience working in stages to coincide with construction and runway closure schedules. 3. Experience working multiple sites, changing priorities and evening and night schedules. 4. Be familiar with FAA electrical standards and requirements. 4. Adequate financial resources and capabilities. 5. General past performance (This criterion will have emphasis on contractor?s ability to deliver projects on schedule.) 6. Proposed subcontractors. Subcontractors relevant past performance during last 3 years may be used to satisfy requirements of criteria #1 & #2. <P> Magnitude of construction is $300,000 to $500,000. <P> The complete SIR is only available on the FAA Contract Opportunities web page at http://www.asu.faa.gov/faaco/ <P>
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00047933-W 20020327/020325213156 (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.