SOLICITATION NOTICE
99 -- Replacement of Visual Approach Slope Indicator (VASI)with Precision Approach Path Indictor (PAPI) for Runways 15 and 33 at Sherman Army Airfield at Fort Leavenworth, Kansas
- 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-27082
- 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. Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. b. Remove existing VASI boxes, conduit, and foundations at the R/W 15 and 33 VASI sites, and reseed sites to match adjacent existing conditions. Abandon direct buried cable 24" below grade. c. Remove existing R/W 15 VASI equipment and enclosure located next to the midfield GCA transformer, and install new disconnect switch and conduit for PAPI power service. d. Remove R/W 33 VASI equipment located at the shelter adjacent to the pole mounted transformer at the south end of the field, and install new disconnect switch and conduit for PAPI power service. e. Install PAPI systems at both ends of runway, including: 1. Required grading and earthwork. 2. Furnish and install reinforced concrete foundations 3. Furnish and install Earth Electrode System (EES). 4. Furnish and install conduit and cabling. 5. Furnish and install aggregate surfacing and concrete access road. 6. Install Government Furnished PAPI system. 7. Trench and install power cable in armored HDPE duct from disconnect switches at transformer sites to PAPI sites. Install handholes and grounding associated with power cable installation. f. Accomplish other incidental duties to accommodate site peculiar conditions. g. 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: $150,000 - $400,000 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=5806)
- Record
- SN01332528-W 20070703/070701220149 (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 |