SOURCES SOUGHT
99 -- RELOCATION OF GLIDE SLOPE RUNWAY 17L AT DALLAS FORT WORTH INTERNATIONAL AIRPORT (DFW), TX
- Notice Date
- 3/22/2006
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, Acquisition Management Branch Southwest Region (ASW)
- ZIP Code
- 00000
- Solicitation Number
- DTFASW-06-R-00057
- Response Due
- 3/28/2006
- Description
- The Federal Aviation Administration (FAA) is seeking competent and qualified Small Business construction contractors interested in providing offers for the relocation and reestablishment of the glide slope and shelter for runway 17L at Dallas Fort Worth International Airport, Texas. Work will consist of, but is not limited to the following: 1.Dismantle antennas from existing glide slope tower. Disconnect glide slope tower from existing concrete footing foundation. 2.Disconnect all cable connections (power & control) from the glide slope shelter. 3.Relocate glide slope facility to a point 120 ft. closer to runway 17L Threshold. (a)Install a new 12 ft. wide X 120 ft. long asphalt paved road and a 40 ft. X 40 ft. asphalt paved plot. (b)Install a new pier foundation for support of relocated glide slope shelter. (c)Install new steel reinforced concrete footing for relocated glide slope tower. (d)Extend power cable from original glide slope site to glide slope facility at relocated site. 4.Modify existing equipment rack at original glide slope site. Items mounted on the rack consist of a step-up 5 kva transformer for 17L mid-field RVR and a weather-proof power panel with disconnects for 17L PAPI, 17L touchdown RVR, 17L midfield RVR and 17L glide slope. 5.Control cable modification and installation - (a)Uncover, reroute and reinstall (by direct burial) two (2) 100-pair control cable for an approximate distance of 170 feet. Terminate control cable pairs into demark box in the relocated glide slope shelter. (b)Uncover approx 10 feet of existing 100-pair control cable (DEB). Sever the exposed cable and splice the 100-pair #19 control cable. Beginning at splice point, install (by direct burial) one (1) 100-pair #19 control cable for an approximate distance of 140 feet. Terminate control cable into demark box in the relocated glide slope shelter. (c)Disconnect the 6-pair #19 control cable from runway 17L touchdown RVR. Beginning at touchdown RVR, install a new 6-pair #19 control cable (DEB) for a distance of approximately 160 feet into the relocated glide slope shelter. This is an active airport and the contractor shall comply with all procedures, rules and regulations of airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other items, which will affect the contractors' operations. All work shall be in accordance with the specifications and drawings. 1.Contract performance time is 30 calendar days. This procurement is set-aside for Small Business. 2.The North American Industry Classification System (NAICS) is 237990 and the small business size standard is $28.5 Million. 3.The dollar (bid) range for this project is between $100,000 and $250,000 4.There will be no mandatory pre-bid site visit; however, a site visit is encouraged and POC to arrange such will be provided in Request for Offer. 5.Anticipated solicitation issue date: March 31, 2006 6.Anticipated contract award date: NLT April 24, 2006 7.Mandatory start date for project is May 8, 2006 THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE AND/OR AWARD: a.The contractor must have successfully completed similar projects both in dollar amount and scope, on an operational airport. b.The contractor must have delivered a quality product in the timeframe established by the contract. c.Contractors must have active registration in CCR before contract award can be made. Contractors can register at: http://www.ccr.gov/ The contractor must provide the name of the facility where work was performed, contract number, along with a point of contact at the facility and telephone number. This information is to be submitted with the request for specifications and plans. 2. The contractor is expected to perform at least 15% of the work using its own employees. The Request for Offer Package is expected to be available March 31, 2006. Contractors must submit their request for this package no later than 4:00 pm (CST) by March 28, 2006. Requests received after this date and time will not be honored. Contractors must provide name of company, physical mailing address, telephone number and FAX number and complete the two attached documents: (DOCUMENT SECURITY NOTICE TO PROSPECTIVE OFFERORS AND BUSINESS DECLARATION). RFO packages will be provided only to the first six (6) qualified requestors. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. You may fax your request and attachments to (817) 222-5994, or e-mail requests to Carla.brawley@faa.gov. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4685)
- Record
- SN01012213-W 20060324/060322212110 (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 |