Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

99 -- Modernization of the Airport Traffic Control Tower at Crystal Airport, Minneapolis, Minnesota

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, FAA, Great Lakes Region (AGL)
 
ZIP Code
00000
 
Solicitation Number
DTFAGL-07-R-00011
 
Response Due
4/11/2007
 
Archive Date
5/11/2007
 
Description
The FAA intends to solicit and award a firm-fixed price contract for the Modernization of the Airport Traffic Control Tower (ATCT) at Crystal Airport, Minneapolis, Minnesota. The Contractor shall provide all labor, materials, and equipment in accordance with the contract provisions, specifications and drawings included herein. The work shall include, but not limited to, the following: EXTERIOR WORK: (1) Temporarily unfasten the portion of the lightning protection system that is affected by the exterior work. Contractor shall disconnect the affected lightning protection equipment from the structure, but leave the system intact as a whole and re-attach the lightning protection system to the building immediate following the completion of affect exterior work. (2) Remove the complete built-up roofing system including all layers and insulation on the three separate roof levels of the ATCT facility. (3) Remove and replace the existing exhaust fan, roof curb and hood from the cab roof. (4) Remove and replace the existing pressure relief fan, roof curb and hood from the 3rd floor roof / mechanical room. (5) Remove and replace the existing mount for the airport beacon mounted on the cab roof. (6) Install new tapered insulation and PVC membrane roofing on all three separate roof levels of the ATCT facility. This includes, but is not limited to, flashing, cap flashing, roof curbs, drains and any affected trim. (7) Add one each additional scupper to the South side of the 1st level roof. (8) Replace the door seals and threshold on the ground level door on the West side of the building, door 101A. (9) Replace the door seals and threshold on the second level door, which leads to the 1st level roof, door 201B. (10) Install an OSHA approved toe-kick on entire cab catwalk perimeter railing system, painted to match the catwalk railing. (11) Install an OSHA hot-dip galvanized stair system between the catwalk and junction/third floor roof levels. (12) Install an OSHA approved handrail extension to the existing handrail system located on the perimeter of the 1st floor roof painted to match the catwalk. (13) Install an OSHA approved handrail extension to the existing handrail system located on the perimeter of the cab roof painted to match the catwalk. (14) Scrape, prime and paint all cab level exterior trim including window mullions, sills and heads. Also scrape, prime and paint catwalk level door. (15) Wet-seal the exterior seal of the cab windows with Dow 795 or equivalent. (16) Scrape, prime and paint all exterior railings on the first level roof, junction level roof, cab roof and catwalk complete. (17) Remove the existing built-up roof from the triangular section located in the Southeast corner of the ATCT in between the cab floor and junction level roof. Contractor shall fabricated, supply and install a Kynar coated one-piece solid aluminum roof cap in its place. Refer to the contract specifications for additional details. (18) Add an additional scupper and downspout to the southside of the 1st floor roof. INTERIOR WORK: (1) Replace the bottom four (4) feet of the gypsum wallboard then finish, prime and paint the entire wall on North side of the West Corridor on the 1st floor, room 101. The wall is approximately 20 linear feet in length and 8.5 feet in height. (2) Remove and replace the cove base on the entire 1st floor corridor, room 101. (3) Patch, repair and paint the entire North wall of the 1st floor Electronics Equipment Room, room 105. Replace the cove base on the entire North wall of room 105. Remove approximately 100 ft2 (20'wide by 5' deep) of floor tile from the North end of room 105 and replace with vinyl composition tile. (4) Patch, repair and paint walls in stairwell between the third and cab floor levels. (5) Replace 1st floor Smoking Room ceiling grid, ties and tiles. Contractor shall turn over all existing full-size, undamaged ceiling tiles to the on-site FAA representative. (6) Replace floor tiles in 1st floor maintenance office (room 102). The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 35 calendar days, with an anticipated start date of project as May 14, 2007. The estimated price range for this procurement is between $100,000 and $250,000. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE FIRST FIFTEEN GENERAL CONTRACTORS WHO RESPOND TO THIS ANNOUNCEMENT. General contractors must submit their interest in subject project on letterhead and include the firm's name, address, phone number, fax number, and point of contact by no later than April 13, 2007, 2:00 p.m. (CT). Please mail your request to Irene Medina, FAA, AGL-51, 2300 East Devon Avenue, Des Plaines, IL 60018. 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 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 receivable financing. The maximum line of credit is $750,000. 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://faaco.faa.gov/index.cfm?ref=5539)
 
Record
SN01261939-W 20070331/070329220623 (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 |
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.