SOLICITATION NOTICE
99 -- Replacement of MALSR Towers at the Rocky Mountain Municipal Airport located in Broomfield, Colorado
- Notice Date
- 9/9/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Northwest-Mountain Region, FEDERAL AVIATION ADMINISTRATION, ANM-52 ANM - Northwest Mountain
- ZIP Code
- 00000
- Solicitation Number
- 7133
- Response Due
- 9/14/2008
- Archive Date
- 9/29/2008
- Point of Contact
- Angela Mihalek, (425) 227-1150<br />
- Small Business Set-Aside
- N/A
- Description
- The Federal Aviation Administration, Northwest Mountain Region, Western Service Area, is conducting a Market Survey to improve the Government's understanding of the current marketplace and to identify capable sources for the replacement of MALSR towers at the Rocky Mountain Municipal Airport in Broomfield, Colorado. Responses to this market survey will be used to determine if there is adequate competition to set the requirement aside for Socially and Economically Disadvantaged Businesses (SEDB/8(a)), Small Businesses, Service Disabled Veteran Owned Small Businesses, etc. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. This survey will support market research obtained from multiple sources and will be utilized for planning purposes only. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's market Survey/Request for Information submissions will be solely at the interested vendor's expense. DESCRIPTION OF WORK: This project replaces the existing MALSR towers, Stations 1+98, 3+98, 5+97, 7+97, 9+98, 11+98, 13+98, 15+96, 18+09, 22+33, 23+49, and 25+70. Work includes, but it not limited to: -Disconnect electrical service within the MALSR building. Lock out switch for duration of construction-Remove existing towers from concrete pads. Remove from vicinity. These become contractor property for recycling.-Drill and grout anchor bolts into concrete pads.-Install new LIR structures on concrete pads. Cut and assemble tower structures to correct light plane elevation.-Connect electrical service to new towers. Install power service conduits as required to service relocated towers.-Ground towers to EES.-Replace deteriorated junction box at Colorado State Highway 21, south of Station 21+33.56. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Response submittals must include the following information (Submittals can be by email, fax, or hard copy): a) Name of companyb) Addressc) Phone and Fax numberd) Point of contacte) Email addressf) Business size status (8(a), Small Business, SDVOSB, VSB, etc.)g) Verification of registration in the Central Contractor's Registration (CCR)h) Any other pertinent information Responses must be received no later than 4:00 P.M, local time, September 15th, 2008. Market survey responses received after the time and date specified may be determined to be late and may not be considered. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email at: Angela.Mihalek@faa.gov. Fax, (425) 227-1055. Non-electronic submittals should be sent to: Federal Aviation Administration Attn: Angela Mihalek, Contracting Officer, ANM-521601 Lind Ave. S.W.Renton, WA 98057 NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ae767d56a51641c64981d574a0783eb&tab=core&_cview=1)
- Record
- SN01664748-W 20080911/080909222642-0ae767d56a51641c64981d574a0783eb (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 |