Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2007 FBO #2045
SOLICITATION NOTICE

99 -- Removal of the Airport Surface Detection Equipment (ASDE-3) facility at Lambert-St. Louis International Airport, St. Louis, Missouri

Notice Date
7/1/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACE-55 Central Region (ACE)
 
ZIP Code
00000
 
Solicitation Number
DTFACE-07-R-27083
 
Response Due
7/25/2007
 
Archive Date
8/24/2007
 
Description
Project generally consists of requirements covering the removal of the existing ASDE-3 System. The work includes but is not limited to the following: a) Install concrete foundation pier, junction box, conduit and wiring for a High Mast pole (pole to be installed by others). Contractor shall provide crane and operator for 2 days, to assist with High Mast pole assembly and erection. Use existing penetrations in fiber optic shelter wall to route conduit for power and coaxial cable runs. Route 3/C #12 ob light power wiring from existing panelboard in equipment shelter to base of High Mast pole and leave 5' at pole base for connection by others; terminate the other end on an existing 20A circuit breaker. Existing conduit between shelter and abandoned E/G van junction box may be reused in lieu of installing new conduit, at the contractor's option. b) Remove the ASDE-3 rotodome and antenna, crate and ship to Oklahoma City, OK. See appendix A for excerpts from the rotodome installation handbook, include rotodome and antenna handling and packaging information. The contractor shall fabricate crates for the rotodome and antenna from ??" plywood and 2X wood framing, similar to crates detailed in the installation handbook. c) Remove ASDE-3 equipment (3 racks) and compressed air cylinder from ASDE-3 equipment shelter, crate equipment, and ship to Oklahoma City with the rotodome and antenna. The contractor shall dispose of the compressed air cylinder off airport property. d) Remove ASDE-3 equipment (7 racks) from the 9th floor of the Airport Traffic Control Tower (ATCT), crate equipment, and ship to Oklahoma City with the rotodome and antenna. e) Remove ASDE-3 equipment shelter and elevator, and related conduit and wiring, and dispose of off airport property. f) Remove 110' tall structural steel antenna tower superstructure and dispose of off airport property. See appendix B for framing details for a similar 90' tower. g) Cut off anchor bolts for antenna tower flush with top of concrete, and place crushed rock surfacing adjacent to tower foundation piers, to provide a smooth finished grade. The estimated quantity of crushed rock surfacing required = approximately 10 CY. h) Remove and dispose of the following items off airport property: ??? 2 each 1000 gallon above ground vaulted diesel fuel tanks ??? 50 kW engine generator and transfer switch (inside building), load bank, and remote radiator ??? Uninterruptible power supply (inside building). Batteries shall be disposed of in accordance with local regulations. ??? Abandoned disconnect switch and rack located east of the fiber optic shelter. ??? 3 each abandoned cable junction boxes at the remote ASDE-3 tower site. ??? Abandoned concrete foundations for former E/G van. ??? Concrete foundations and conduit associated with the above items. Remove conduit and wiring to a depth of 3 feet below grade, cut off and abandon remaining conduit and wiring in place. i) Place 6" thick crushed rock surfacing in disturbed areas, to match adjacent existing conditions. j) Remove and restore 5 each Fixed Target Reflector sites located within the Airport Operations Area. Reflector poles shall be turned over to the COTR. k) Remove and restore an abandoned Field Termination Unit (FTU), including foundation and conduits, located within the Missouri Air National Guard complex. l) Accomplish other incidental duties to accommodate site peculiar conditions. m) Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. Performance Time: 45 Calendar Days Estimated Cost: UNDER $200,000 NACI: 237990 Size Standards: $31.0 Million This is a TOTAL SMALL BUSINESS SET-ASIDE project. To be considered by award of this project, the contractor must be currently registered in the Central Contractor Registration (CCR) database (website: www.ccr.gov) If you are interested in receiving information on this project, please submit a request to me via e-mail at miyo.calabro@faa.gov or fax to (816) 329-3137. The request must include the solicitation number, company name, point of contact, address, phone number, and fax number. 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 a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5807)
 
Record
SN01332527-W 20070703/070701220148 (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.