SOLICITATION NOTICE
99 -- Replacement of existing Medium-Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) on Runway 22R at O'Hare International Airport, Chicago, Illinois
- Notice Date
- 3/23/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, FAA, AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFAGL-09-R-00013
- Response Due
- 4/17/2009
- Archive Date
- 5/2/2009
- Point of Contact
- Irene Medina, 847-294-8309<br />
- Small Business Set-Aside
- N/A
- Description
- The FAA intends to solicit and award a firm-fixed price contract for the Replacement of the Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) on Runway 22R at O'Hare International Airport, Chicago, Illinois. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, specifications. Work under this project consists of, but is not limited to, the following: 1. Comply with Chicago O'Hare Internationl Airport Construction/Operations Safety Plan and Program. 2. Disconnect and remove the MALSR System from the 04L/22R Localizer/MALSR Equipment Shelter. 3. Replace the existing MALS and Threshold Light Bar. For the RAIL system: replace the cabling, remove existing Flasher Junction Box & Flasher Power Supply Box, Install new Individual Flasher Control Box and Flasher Junction box on new concrete pad. 4. Install the new Rwy 22R Replacement MALS and Threshold Light Bar to include:(a) Remove runway concrete to construct Threshold Light Bar foundation. Splice cans for the Threshold Light Bar only shall be stainless steel; (b) Assemble and install the MALS and Threshold Light Bar EMT Type and LIR Type structures and their appurtenances; and (c) Construct new MALSR Access Road. 5. Install all power and control cabling, conduit, guardwires, grounding rods, miscellaneous electrical appurtenances, warning tape, trenching, compaction, backfilling, and seeding. 6. This project assumes all existing underground ducts will be available for replacing the existing MALS, Threshold Bar, and RAIL cabling with new cabling, and for transversing access road(s), municipal roadway, and waterways (Willow Creek tributary). The only exceptions is the cable duct with new electrical handholes between the Runway 09R/27L ALSF-2 Shelter and the equipment rack at Sta. 10+00 via going under the existing access road. 7. Site work, including construction of new walkways and work areas. The reconditioning of disturbed portions of the existing access road, Fine-grade and seed areas disturbed by construction activity or equipment. Repair concrete/asphalt disturbed by construction equipment. Remove all existing MALS lighting structures and appurtenances. Abandon existing underground cabling in place where applicable. Remove foundations to a minimum 2' below grade. Restore former foundation sites to match and blend with surrounding area. See Specifications FAA-GL-918C, 2E.3. 8. Coordinate any changes to the Construction Safety Plan, access routing, staging areas, runway shut-downs, and other airport activities with the airport director, contracting officer's technical representative, and local FAA personnel. 9. Install Government-Furnished Equipment (GFE), and items designated on the drawings as supplied and installed by contractor. The electronics equipment will be installed in the existing Runway 09L/27R ALSF-2 Building. Power/Control for the MALSR will originate from this site. 10. The Runway 04L Localizer Antenna Array and associated Equipment Shelter are to remain in place. 11. The MTI Reflector is to remain in place and maintained in operational status. 12. Remove existing Runway 22R Middle Marker Facility, cabling, messenger post, and access road. Restore site to match surrounding grade type, and drainage. 13. Remove entire existing aerial cables/supports systems crossing over Willow Creek and replace with new. 14. Construct new 3-4" concrete encased duct from the ALSF-2 Building to Station 10+00. 15. Miscellaneous civil and electrical work as described in the drawings and specifications. The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 60 calendar days, with an anticipated start date of June 8, 2009. The estimated price range for this procurement is between $250,000 and $500,000. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. General contractors must submit their interest in subject project on company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact by no later than April 17, 2009, 2:00 p.m. (CT). Please submit your request to the attention of Irene Medina to mailing address: 2300 East Devon Avenue, AGL-52, Des Plaines, IL 60018; or to fax number: (847) 294-8310; or to email address: irene.medina@faa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=79c702508941b916bbb4cd2fa41dd9c8&tab=core&_cview=1)
- Record
- SN01775737-W 20090325/090323220032-79c702508941b916bbb4cd2fa41dd9c8 (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 |