Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

99 -- REPLACEMENT OF THE INSTRUMENT LANDING SYSTEM (ILS) LOCALIZER WITH DME AND GLIDE SLOPE, RUNWAY 18R, LAKEFRONT AIRPORT, NEW ORLEANS, LOUISIANA

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, Acquisition Southwest Region (ASW)
 
ZIP Code
00000
 
Solicitation Number
DTFASW-07-R-00067
 
Response Due
8/23/2007
 
Archive Date
9/22/2007
 
Description
SOLICITATION No.: DTFASW-07-R-00067 POINT OF CONTACT: ROSE MARIE MENDOZA, CONTRACTING OFFICER, 817-222-4338 The Federal Aviation Administration (FAA) is seeking competent and qualified construction contractors interested in providing an offer for the Replacement of the Instrument Landing System (ILS) Localizer, with DME and Glide Slope, Runway 18R, Lakefront Airport, New Orleans, Louisiana. The work will consist of, but is not limited to the following: (1) Remove and dispose of the existing wooden piers for Runway 18R Localizer (LOC) Antenna Array and LOC Shelter at an off-site location, concrete slab and foundations; (2) Remove existing Glide Slope (GS) stoop, destroyed antenna elements, associated items including antenna cabling, conduits and debris; (3) Construct Instrument Landing System (ILS) Localizer, DME, and Glide Slope System for Runway 18R; (4) Provide shelter foundations and associated access roadway/parking and maintenance areas as indicated on drawings; (5) Install Government Furnished Equipment including cables, shelters and antennas; (6) Provide power and control services; (7) Provide underground ducts, handholes/pullboxes as indicated; and (8) Restore affected areas by backfilling and replacing grass/asphalt to match surrounding areas. All work shall be accomplished according to the specifications and drawings. 1. Contract performance time is 100 calendar days. 2. This procurement is a total Small Business set-aside. 3. The NAICS is 237990. 4. The dollar range for this project is between $500,000 and $1,500,000. 5. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees. 6. A one-day site visit will be conducted on August 30, 2007, 10:00 A.M. (local time). Meet at the Lakefront Air Traffic Control Tower (ATCT). Contractors are strongly urged to carefully examine the premises to determine the extent of work and to conditions under which it must be completed. Potential offerors who plan to attend should contact the Contracting Officer or email to rosemarie.mendoza@faa.gov to confirm their attendance. 7. Certificate of Insurance, Performance and Payment bonds, and Construction Work Schedule will be REQUIRED one (1) week after contract award. 8. The Notice-to-Proceed will be scheduled for October 1, 2007. IMPORTANT: Contractor must construct and complete the Localizer/DME and Glide Slope with power connection by DECEMBER 21, 2007. The contractor must accomplish the work with enough diligence to ensure completing the Localizer/DME and Glide Slope within the time specified. THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO GO CRITERIA: 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 SUBMIT THE FOLLOWING DOCUMENTATION IN ORDER TO BE ELIGIBLE TO RECEIVE THE SOLICITATION 1. DOCUMENT SECURITY NOTICE TO PROSPECTIVE OFFERORS (Attached) 2. BUSINESS DECLARATION (Attached) 3. REFERENCES, PAST PERFORMANCE - 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 MUST BE submitted with the request for specifications and plans. The Request for Offer Package is expected to be available on or before August 27, 2007. Contractors must submit their request for this package no later than 4:30 pm (CDT) on August 22, 2007. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Contractors must provide their company name, physical mailing address, telephone number and FAX number and complete and submit the two attached documents with references. You may fax your request and attachments to (817) 222-5994, Attention: Rose Marie Mendoza. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5959)
 
Record
SN01373343-W 20070817/070815220712 (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.