SOURCES SOUGHT
99 -- Installation of pre-fabricated guard house and security fence, at the Air Traffic Control Tower (ATCT), Wold-Chamberlain International Airport, Minneapolis, Minnesota.
- Notice Date
- 1/18/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-11-R-00118
- Response Due
- 1/30/2011
- Archive Date
- 2/14/2011
- Point of Contact
- Guadalupe Gonzalez, 847-294-7868
- E-Mail Address
-
guadalupe.gonzalez@faa.gov
(guadalupe.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This procurement is a 100% Small Business Set Aside The FAA is seeking qualified contractors to install pre-fabricated guard house and chain link security fence at the Air Traffic Control Tower, Wold-Chamberlain International Airport, and Minneapolis, Minnesota. In addition to the general requirements specified in the main contract documents, the specification, together with the referenced specifications, standards and drawings specified in the contract documents, covers the requirements for all work associated with the installation of a prefabricated guard house and visitor entry vestibule, a 8' high steel chain link fence with two sliding cantilever automated gates with gate operators, light poles, and intercom / call station at the Air Traffic Control Tower (ATCT) facility at the Wold-Chamberlain International Airport in Minneapolis, Minnesota. The Contractor must furnish all plant, labor, material, and equipment in strict accordance with these specifications and drawings. All dimensions shown on the contract drawings are estimated and based on old surveyed information and are to be taken as absolute. The fence and gate layout is shown for reference only and should be used for the required layout and function but not used for material quantities and / or final layout. The work includes but is not limited to: a.Furnish competent surveying resources to properly layout the fence, gate locations, and provide horizontal and vertical control.b.Perform site work for the Security Fence, including: 1.Install Government furnished prefabricated guard house, government furnished visitor entry vestibule, and pavilion roof over both units. Contractor shall furnish all the necessary hardware to set the units in place and fasten together for a completed assembly.2.Furnish and install wall mounted heating ventilation and heat pump air conditioning unit with 3600 BTUH of cooling and five (5) kilowatts of electric heating with appropriate grilles, compatible thermostatic controls, and all necessary hardware on the side of the Guard House.3.Furnish and install approximately 1,017 linear feet of 7'-0" tall galvanized chain link security fence with one (1) foot of barbed wire overhang including gates and all necessary hardware.4.Furnish and install Earth Electrode System (EES) for the new fencing.5.Furnish and install reinforced concrete foundations and weed barriers6.Furnish and install concrete paving and curbing for visitor entrance.7.Required grading and earthwork.8. Required saw cutting of existing pavement and sidewalks9.Furnish and install conduit, power wiring, and cabling as required.10.Furnish and install horizontal boring with High Density Polyethylene (HDPE) conduit underneath existing paving surfaces.11.Furnish and install communications cables including a 50 mm fiber optic cable; a Category 5E outside plant cable and a 12 pair #19 telephone cable from the guard house to the fourth floor communications room inside of the (ATCT).12.Furnish and install Security Gate Control Equipment including gate controls and all components.13.Furnish and install a prefabricated concrete manhole and prefabricated concrete polymer vaults on underground power and control circuits.14.Furnish and install power circuits and equipment for feed into Guard House complex. Furnish and install all transformers, safety switches, and panel board to provide a 30 Kva FEED OUT OF THE RTR Engine Generator van to the Guard House Panel and Control station.15.Furnish and install Gate Operators, detector lops, exit loop, and all safety devices for a safe operation as stated by the manufacturer.16.Furnish and install three (3) 20 foot high fold-over light poles with a single 400 watt high pressure sodium fixture on each pole, pole foundations and all necessary conduit cables and all components necessary for a complete yard light installation.17.Furnish and install an Auto-Dialer Telephone Intercom and Cypher Key Pad System similar to Door-King model 1805 EDP. Unit shall include surge suppression and mounting post.18.Furnish and install a fire access station box similar to Door-King Model #1400 or equal on traffic side of keypad & intercom station. Attach the fire access station box onto an existing pedestal arm adjacent to the main access control station or as directed by the resident engineer.19.Repair and or replace all items, and areas impacted during construction to the original condition or as determined by the Engineer or local official.20.Accomplish other incidental duties to accommodate site peculiar conditions.21.Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. The work will be performed in strict accordance with the contract specifications. Contract performance time is 90 calendar days with an anticipated start in Spring 2011. The estimated price range for this procurement is $500,000.00 to $1,000,000.00. NAICS 236220. IINTEREATED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUND AND SCOPE OR WORK. Firms must submit their interest in this project on letterhead and include the firm's name, address, phone number, point of contact, and email address of point of contact by no later than January 28, 2011. The following two documents are required with your written request: 1. Complete and return the attached Business Declaration. 2. Complete and return the Sensitive Security Information. This request can be emailed to attention of Guadalupe Gonzalez to mailing address: 2300 East Devon Avenue, AGL-52, Des Plaines, IL; or to email address: guadalupe.gonzalez@faa.gov.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 programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800) 532-1169
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-11-R-00118/listing.html)
- Record
- SN02361384-W 20110120/110118233706-aafd26c4cbda25f5c9de01262b82c28d (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 |