Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

99 -- Replace VASI with PAPI Systems on Runway 14 and 19 at Karl Stefan Memorial Airport, Norfolk, Nebraska.

Notice Date
4/7/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACE-55 ACE - Central
 
ZIP Code
00000
 
Solicitation Number
DTFACE-10-R-20017
 
Response Due
4/23/2010
 
Archive Date
5/8/2010
 
Point of Contact
Miyo Calabro, (816) 329-3113
 
E-Mail Address
miyo.calabro@faa.gov
(miyo.calabro@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
This project includes all work associated with the Replacement of Visual Approach Slope Indicator (VASI) with Precision Approach Path Indicator (PAPI) for Runway 14 and 19 at Karl Stefan Memorial Airport, Norfolk, Nebraska. The work includes but is not limited to the following: a.Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. b.Remove existing VASI equipment, conduit, and foundations and salvage equipment per local FAA requirements, and reseed sites to match adjacent existing conditions. Abandon direct buried cable 24" below grade. The existing VASI equipment, lights, controls, etc, shall be carefully removed without damage, protected from the elements and turned over to the local FAA representative by the end of the job. The contractor shall package and salvaged equipment in crates and store them in an approved location at the airport. c.Coordinate with utility owners for a cable locate and hand dig within 5 feet of a located utility, cable or structure. d.Furnish and install underground cabling and handholes. e.Install PAPI systems at each location, including: 1.Install Government Furnished PAPI system and air-to-ground radio. 2.Required grading and earthwork. 3.Furnish and install reinforced concrete foundations and concrete cable markers. 4.Furnish and install power and control racks and associated conduit as indicated on the drawings. 5.Furnish and install Earth Electrode System (EES) and associated grounding. 6.Furnish and install all conduit and cabling unless noted as Government Furnished Material (GFM). GFM shall be contractor installed. 7.Furnish and install aggregate surfacing with engineering fabric within 3' of each foundation for all sites. 8.Furnish and install trenching for power cable and control cable in GRSC or armored HDPE duct as indicated on the drawings. 9.Furnish and install all runway borings as indicated on the drawings. 10.Furnish and install handholes and grounding associated with cable installation 11.Furnish and install all concrete access roads at Karl Stefan Memorial Airport, Norfolk, Nebraska, as indicated on the drawings. 12.Furnish and install erosion control material as needed. 13.Restore grade at disturbed areas after completing the excavations, trenching, and work performed on the PAPI plots. Seed and/or resurface all areas modified or damaged during the project construction. f.Accomplish other incidental duties to accommodate site peculiar conditions. g.Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. For proposal development purposes, assume that PAPI installation within the Runway Safety Area may be completed during daylight hours. Work shall be sequenced so that duration of runway closures and threshold displacements will be minimized. Means of minimizing runway closures, such as temporarily displacement of runway thresholds, must be coordinated with airport operations prior to start of construction. The contractor shall furnish all plant, materials, labor and equipment required to close a runway, temporarily displace a threshold, or partially close a runway as applicable to the site in order to perform work on the runway safety area. The contractor shall perform this work in accordance with local airport requirements and FAA requirements. Time: 90 Calendar Days Estimated Cost: Between $200,000 - $500,000 NACI: 237990 Size Standards: $33.5 Million This is a TOTAL SMALL BUSINESS SET-ASIDE project. To be considered for award of this project, the contract 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 miyo.calabro@faa.gov or fax to (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 OSD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFACE-10-R-20017/listing.html)
 
Record
SN02115927-W 20100409/100407235845-4bc31821b7ff3020c46c0598d2cfd54b (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.