SOURCES SOUGHT
99 -- Relocation of Runway 31L Glide Slope Facility at Dallas Love Field Airport, Dallas, Texas
- Notice Date
- 12/7/2007
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ACE-55 Central Region (ACE)
- ZIP Code
- 00000
- Solicitation Number
- DTFACE-08-R-28019
- Response Due
- 1/4/2008
- Point of Contact
- Miyo Calabro, (816) 329-3113
- E-Mail Address
-
Email your questions to miyo.calabro@faa.gov
(miyo.calabro@faa.gov)
- Description
- 1. Furnish competent surveying resources to properly layout the subject site and provide horizontal and vertical control. 2. Perform site preparation for Glide Slope (GS) facility, including: - Perform grading, as required to install GS plot, access road and provide positive drainage -Install reinforced concrete foundations for GS antenna tower -Remove existing antenna tower and antennas, repaint tower, and reinstall tower and antennas at the relocated site. Install OSHA-compliant ladder (GFM), maintenance platforms (CFM), and anchorage points (CFM) as indicated on the drawings. Install lightning protection system for tower. -Install a 10' x 16' fiberglass equipment shelter (GFM) -Install Earth Electrode System (EES) around antenna tower -Install conduit and cabling between GS antenna tower and equipment shelter -Install crushed rock surfacing at the facility plot -Install crushed rock access road between the existing perimeter access road and GS plot. -Install rack with meter and disconnect switches for the GS and existing Runway Visual Range (RVR) Visibility Sensor located near the existing GS site. -Install Field Termination Unit (FTU) for control cable at the existing GS site -Install duct, handholes and grounding associated with primary power cable installation to the relocated GS site. 3. Remove existing equipment shelter and concrete foundations for equipment shelter from the existing GS site, and dispose of off airport property. Remove crushed rock surfacing except within 5' of FTU and handholes, and reseed site. 4. Install and maintain erosion and control measures to protect ditches and inlets, including existing storm drain inlet adjacent to new GS access road and existing perimeter road. 5. Accomplish other incidental duties to accommodate sit peculiar conditions. 6. 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 the attention of Miyo Calabro at (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=6246)
- Record
- SN01465874-W 20071209/071207223550 (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 |