Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
SOLICITATION NOTICE

99 -- Security Upgrades, Air Route Traffic Control Center, Indianapolis, Indiana

Notice Date
9/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, FAA, Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-04-R-34447
 
Response Due
10/14/2003
 
Archive Date
11/12/2003
 
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 has determined this project to be an SEDB 8(a) set-aside. The FAA is seeking certified SEDB 8(a) contractors to perform the following site preparation work for installation of security equipment and related systems at the Indianapolis Air Route Traffic Control Center, Indianapolis, Indiana: 1) Site demolition work, including removal of pavement, concrete curbs and islands, chain link fence, guardhouse, light poles and fire hydrant, 2) Provide temporary site access at southwest corner of site, including temporary guardhouse (with utilities) and pavement markings, 3) Modification of the main site entrance including new pavement, curbs, gutters, pavement markings, sidewalks, ramps and site lighting. Provide a new visitor parking area with twenty-three (23) spaces, 3) Replacement of the guardhouse and modification of the surrounding area to support the installation of electronic security equipment, including swing gates, barrier arms, card readers, and telecom system, 4) Installation of a new fire hydrant and sanitary sewer line/connection with two (2) new manholes and a new water line to the new guardhouse, 5) Replacement of the perimeter site fence with a new security fence and gates, 6) Installation of parking lot lights and camera tower foundations, 7) Installation of new signal/telecommunications connections in existing conduits from the ARTCC basement to the Power Service, ISF, F&E, and NCO buildings, 8) Installation of security fences and gates around the cooling towers and the gas meter, 9) Installation of locks to secure the manholes and catch basins, 10) Installation of security bars and grating on the exterior access points to the buildings, as shown on the drawings, 11) Installation of security door and access ladder at radio tower, 12) Installation of underground and indoor conduit runs, junction boxes, and receptacles for power and telecommunications between the guardhouse, the security Head End (HE) Equipment area in the ARTCC Basement (Room B101), Badging Workstation and the remote security equipment (including access control devices, site lighting and future camera positions.) Offer range is between $99,000 to $1,500,000 with a performance time of approximately 150 calendar days. Construction start is anticipated for April 2004. Interested firms should request a pre-qualification Screening Information Request (SIR) No. DTFA14-04-R-34447. REQUESTS WILL BE HONORED VIA FAX AT (847/294-7801) OR LETTER ONLY. NO TELEPHONE REQUESTS WILL BE ACCEPTED. REQUESTS FOR THE SIR APPLICATION WILL BE ACCEPTED NO LATER THAN OCTOBER 14, 2003. Upon completion of evaluation process, only those firms determined to be qualified will be sent a Request for Offer (RFO). The RFO is anticipated to be available by February/March 2004. Bonding will be required in the amounts as follows: 100% Performance Bond and 50% Payment Bond. 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 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. Loans 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.
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00444703-W 20031002/030930213107 (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.