Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

Z -- Design-Build, Repair (Remediate) Airfield Obstructions

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-09-B-0002
 
Archive Date
10/6/2009
 
Point of Contact
Belinda S. Gallo, Phone: 2106715144, Jackie L. Murray, Phone: 2106711728
 
E-Mail Address
belinda.gallo@lackland.af.mil, jackie.murray@lackland.af.mil
(belinda.gallo@lackland.af.mil, jackie.murray@lackland.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Site Visit was held on 26 Aug 09 (9:00am - 11:45am). No other site visits will be allowed. A Site Visit Attendance Record is hereby provided (See attached). Reminder: All Questions must be submitted prior 5 Sep 09. No questions after this date will be responded to. As of today (27 Aug 09), no questions have been received. Make sure you email your questions to Ms. Belinda Gallo and Mr. Jack Murray. Hub Zone Bidders (Offerors): Please add to Section B (page 6 of 50) a "Total Amount (CLINS 0001, 0002, 0003, 0004, 0005, 0006, 0007 & 0008): $_______________". Please make sure you fill out this prior to sending your bid package on 15 Sep 09. (prior to 11:00am). 1. FA3047-09-B-0002-IFB Amendment 0001 2. Attachment 1-Revised Statement of Work dated 10 Sep 09 3. Attachment 3-ILS Design 4. Revised Bid Schedule ADDED 10 Sep 09: Make sure to acknowledge Amendment 0001 and attach it to your bid package. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-09-01 09:28:51">Sep 01, 2009 9:28 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-09-17 16:41:50">Sep 17, 2009 4:41 pm Track Changes Site Visit Maps - See four attachments 1. Airfield Contours (pdf only) 2. Airfield Obstruction (jpg only) 3. North Runway (jpg only) 4. South Runway (jpg only) ADDED 2 SEP 09: If you are having problems opening/printing the South Runway Attachement - Please try the pdf verison (now attached). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2009-09-03 13:28:14">Sep 03, 2009 1:28 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2009-09-17 16:41:50">Sep 17, 2009 4:41 pm Track Changes The following 30 questions have been received (2 Sep 09) and have been responded to by the Government: Question 1: CLIN 0001 - Will the existing approach lighting stations be in the correct locations after installation of the relocated threshold light bar? Government Response: Yes, the approach lights will remain in their current location, and be in the correct location. Question 2: CLIN 0001 - Please confirm the correct location / position of the relocated threshold light bar. (i.e. Will it be moved North to the edge of the runway full strength pavement?) Government Response: Yes, the threshold lighting bar will be moved north, and the lights can not be any further than 10 ft, using UFC 3-535-01 standards. Question 3: CLIN 0001 - Can the existing threshold light bar be blanked of w/ covers or will the existing light bar have to be removed? Government Response: The existing threshold light bar will need to be blanked. There are several lighting systems that use the same dunk banks that the threshold lights run through. The wire will have to be removed. Question 4: CLIN 0001 - Will the Taxiway Edge Lights on the South side of the connecting taxiway be deleted due to relocation of the South threshold light bar? Government Response: Yes, the taxiway lights that are in the way of the new threshold will have to be removed. Question 5: CLIN 0002 - Confirm that the existing threshold light bar is to be completely removed and a new light installed with fixtures in the correct orientation? Government Response: If the existing threshold bar cannot be used for the new system, then it will need to be removed. Question 6: CLIN 0003 - Is it correct to assume that the contractor is to replace all of the heliax cable between the new localizer antenna shelter locations and the antennas in lieu of splicing the existing cable? Government Response: No, 37 CS will be replacing the cable. The contractor will only need to trench between the new location, and the antennas, and purchase the cable. Question 7: CLIN 0003 - What size heliax cable is the contractor to install? Government Response: Install 26 AWG - 12 pair PE-89 copper cable from new ILS pad telephone pedestal to field communications D-markation point. Question 8: CLIN 0003 - Is the contractor to design and install a new underground fuel vault for the North ILS shelter genset or remove and relocate the existing underground fuel vault? Government Response: The underground fuel vault for the north ILS will remain and will need to be made frangible as well as any other items that remain. The contractor will need to install fuel lines to connect the tank to the pumps that feed the generator. Question 9: CLIN 0003 - If a new fuel vault is installed, can the existing underground fuel vault be abandoned in place? Government Response: Refer to question 8. Question 10: CLIN 0003 - Is the primary power to the existing ILS shelters 600V or medium voltage? Government Response: 115 and 230 VAC ± 10%, 50/60 Hz ± 3, Single Phase power with 100 Amp fused disconnect switch to termination box at power pedestal. Question 11: CLIN 0003 - If the primary power line is medium voltages, who owns the line (i.e.: local utility power company or USG)? Government Response: Lackland owns the lines, but the main power source comes from CPS. Question 12: CLIN 0003 - Is the contractor responsible for moving the electronics equipment within the localizer shelters that are being relocated? Government Response: No, 37 CS will be moving the ILS shelter and will be disconnecting and reconnecting. Question 13: CLIN 0003 - Will the localizers require re-tuning after new cables are installed and what entity will perform this task? Government Response: No, 37 CS will be accomplishing the work. Question 14: CLIN 0003 - Will the localizers require flight checks after new cables are installed? Government Response: No, 37 CS will be accomplishing the work. Question 15: CLIN 0004 - Who is the contact representative for the City Public Utility Service Company? This information will be required in order to calculate costs associated with relocation of this equipment and appurtenances. Government Response: Will no longer be required, pending amendment 0001. Question 16: CLIN 0004 - What existing equipment does the distribution panel connected to the load side of the CPS pad mount transformer feed? Is a one-line diagram or a feeder schedule available to determine what equipment is fed from this panel? Government Response: Will no longer be required, pending amendment 0001. Question 17: CLIN 0004 - Does the sectionalizer switch connect to any other CPS transformers or equipment? Government Response: Will no longer be required, pending amendment 0001. Question 18: CLIN 0005 - What is the operating voltage for the North Main Glide Slope Vault distribution system? This includes the primary power into the vault and the secondary power as connected to the existing genset. Government Response: The primary power to the transfer is at 4160V. Question 19: CLIN 0005 - Is a one-line diagram or equipment schedule available for the distribution equipment in the existing North Main Glide Slope Vault? Government Response: No one-line diagram is available. Question 20: CLIN 0005 - Is there an existing underground duct bank system (with an empty raceway) from the new vault location at Upson Park to the North Glide Slope Shelter location? Government Response: Yes, there is one spare raceway available. Question 21: CLIN 0005 - Is a new building to be provided or is the existing structure intended to be relocated regardless of the current condition of the building? Government Response: The building will no longer be moved. Question 22: CLIN 0006 - Is the work to be performed in this CLIN currently being done under a separate contract? Government Response: Will no longer be required, pending amendment 0001. Question 23: CLIN 0007 - Please confirm if CLIN 0007 will be included in this solicitation? Government Response: Will no longer be required, pending amendment 0001. Question 24: CLIN 0008 - Are any drawings or construction documents available for the existing storm drain structure? Government Response: No as-built are available. Question 25: CLIN 0008 - Will any borrow dirt be available on site or will the contractor be required to haul all embankment onto the work site? Government Response: There is borrow dirt located on Lackland and can be used if needed. Question 26: Are geotechnical reports available that are within the project area? Government Response: No, the contractor will need to provide a report as part of the project. Question 27: Is there a specific CAD package that is required for the design drawings? If yes, please specify which package and version. Government Response: The drawings should be on AutoCAD 2009 or a compatible format. They will need to use the Tri-Service Spatial Data Standards (TSSDS) Version 1.8. Question 28: How many drawings/specification submittals will be required and at what percentages complete? Government Response: CLIN 0001, CLIN 0002, and CLIN 0008 will need a 65%, 95% and specifications. CLIN 0003 and CLIN 0005 will only need 100% working drawings. Question 29: Please provide record / As-Built drawings of the existing facilities to be relocated / modified in this project. Government Response: In CLIN 0005, the facility will no longer be moved and no as-built are available. In CLIN 0003, no as-built are available, and the contractor will not be relocating the facility. Also, 37CS has provided a design of the concrete slab where the ILS shelter will be placed. Question 30: Is the threshold bar at each runway end the only ALSF-1 station requiring relocation / modification? Government Response: Yes, the south threshold will be relocated, and the north threshold will be modified. (End) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2009-09-03 15:06:18">Sep 03, 2009 3:06 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2009-09-17 16:41:50">Sep 17, 2009 4:41 pm Track Changes The following 9 questions have been received (3 Sep 09) and have been responded to by the Government: Question 31: Please provide geotechnical reports available that are within the project area. Government Response: Please refer to question 26. Question 32: Is there a specific CAD package that is required for the design drawings? If so, what is it and what version? Government Response: Please refer to question 27. Question 33: How many drawing/specification submittals are required and at what percentages complete? Government Response: Please refer to question 28. Question 34: Is the Contractor responsible for moving the electronics equipment within the localizer shelters that are being relocated? Government Response: Please refer to question 12. Question 35: Will the Localizers require retuning after new cables are installed and what entity will perform that? Government Response: No, 37 CS will be accomplishing the work. Question 36: Will the Localizers require flight check after new cables are installed? Government Response: No, 37 CS will be accomplishing the work. Question 37: Please provide record/as-built drawings of the existing facilities to be relocated/modified in this project. Government Response: refer to question 29 Question 38: Is the threshold bar at each runway end the only ALSF-1 station requiring relocation/modification? Government Response: refer to question 30 Question 39: CLIN 0005: Is a new building to be provided or is it intended to relocate the existing structure for reuse regardless of condition? Government Response: The building will not longer be moved. (End) Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][added_on]" value="2009-09-16 08:38:33">Sep 16, 2009 8:38 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][4][modified_on]" value="2009-09-17 16:41:50">Sep 17, 2009 4:41 pm Track Changes The following 4 questions have been received (14-17 Sep 09) and have been responded to by the Government: Question 40: Upon reviewing the revised scope and revised bid schedule for the above referenced project, I have noticed some inconsistencies. Please note: a. CLIN 0005 NORTH MAIN GLIDE SLOPE VAULT: Schedule is requiring the pricing for the vault. The revised SOW per Amendment 1, 1.4 calls for the deletion of the vault. Government Response: The price being requested is for the relocation of the transformer located behind the structure. b. CLIN 0003 NORTH & SOUTH INSTRUMENT LANDING FFP: The schedule is requesting to move both North and South ILS's and include new pads. The revised SOW per Amendment 1, 2.1., deletes the design and installation of the pads. Government Response: The proceeding paragraphs for 0001, paragraph 2.1., have been given, so that the contractor has more information on what is required for these portion of the work. Both the installation of the pads and design will be required. Question 41: Also it appears the CLIN 4, 6, and 7 have been deleted. Government Response: You are correct, CLINS 0004, 0006 and 0007 have been deleted (IAW Amendment 0001). Question 42: Amendment 3 still has amendment 002 issued on 1442. Government Response: There are only two Amendments: Amendment 0001 - Issued on 10 Sep 09, and Amendment 0002 issued on 11 Sep 09. There is no Amendment 0003 - What is on FedBizOpps is an error; we attached the wrong Amendment 0002 (SF 30 document). When we reattached the correct one, it caused the system to create Amendment 0003. Question 43: CLIN 0005: Please provide additional clarification for work involving the North Main Glide Slope Vault & Transformer: a. Is it the intent of the revised statement of work that the existing structure with all electrical components inside (i.e. emergency generator, auto transfer switch, panelboards, disconnects, etc...) remain in place? Government Response: Yes, all the electrical components will remain. b. Is the small medium voltage transformer located on the South side of the existing structure the only piece of equipment to be relocated? Government Response: Yes, the transformer on the south side of the structure is the only peace to be relocated. c. Is the contractor to relocate the transformer to the previously designated Upson Park area or any area outside of the object free zone? Government Response: An area outside of the free zone, and inside the fence line. d. The revised SOW instructs the contractor to connect the relocated transformer back to the main glide slope. Is it the owners' intent that the contractor tie this transformer back into the existing North Main Glide Slope Vault or the actual Glide Slope Antenna Shelter adjacent to the runway? Government Response: The transformer is to be reconnected back to the north main glide slope vault. PLEASE NOTE (17 Sep 09): No further questions will be accepted. Bid Opening is scheduled for 21 Sep 09 at 1:00pm (CST - Local Time). It is open up to the Public. Please Call Ms. Belinda Gallo at (210) 671-5144, 5145, 1728 or 1726 to get access to the installation (Airman's Gate - Valley High Road/Exit 4 (HI 410). Please do not wait for the last minute to get called in. REMINDERS: Amendments 0001 & 0002 must be acknowledged to be consider responsived. A original Bid Bond in the amount of 20% of the Bid must be with your Bid Package to be responsived. Please make sure to complete IFB requirements, fill-ins, Bid Schedule, etc. (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-09-B-0002/listing.html)
 
Place of Performance
Address: Lackland AFB-Runway, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01959205-W 20090919/090918000402-4cc1683bf3c5352a15461f3105521748 (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.