Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOURCES SOUGHT

99 -- SMALL BUSINESS SET-ASIDEReplace the Runway 26L Localizer/8R MALSR shelter (Government furnished), relocate the Runway 26L Localizer antenna out of the Runway Safety Area (RSA), Spirit of St. Louis Airport, Chesterfield, Mo

Notice Date
6/24/2011
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AGL-52 AGL - Great Lakes
 
ZIP Code
00000
 
Solicitation Number
DTFACN-11-R-00287
 
Response Due
7/8/2011
 
Archive Date
7/23/2011
 
Point of Contact
Glen Timmerman, 847-294-7166
 
E-Mail Address
glen.timmerman@faa.gov
(glen.timmerman@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The contractor shall furnish all labor, material, equipment (Except Government Furnished), tools, supervision and transportation to replace the Runway 26L Localizer/8R MALSR shelter and relocate the Runway 26L Localizer antenna out of the Runway Safety Area (RSA). The Contactor shall provide all labor and materials (except Government furnished) in accordance with the specifications and contract provisions specified herein. SCOPE OF WORK: The work shall include, but not be limited to, the following: Statement of Work: The following provides a general list of work that will need to be accomplished, but is not intended to all inclusive. All specific tasks, labor and materials (except Government furnished) necessary to accomplish the project are not mentioned here, only the overall products of the project are described in the scope of the project. The contractor shall furnish labor, equipment and materials in accordance with FAA Specification FAA-GL-918C and the enclosed Special Specifications, to: 1. Install new site including concrete foundation, electric service, cabling, ground counterpoise and parking area for a new Runway 08R MALSR and 26L Localizer equipment shelter (Government furnished). 2. Install new (government furnished) equipment shelter, electric service panels, lightning protection and grounding of the shelter interior ground plates to the new exterior ground counterpoise. Work also includes installation of three (3) exterior mounted junction boxes referred to on the drawings as Interface Junction Box, Steady Burner Flasher Output Power Junction Box, and Flasher Control RMS Data Junction Box. 3. Install new Localizer antenna foundations and new cabling from the antenna to the new equipment shelter. 4. Install new Localizer antenna on new foundation. 5. Install new access road as shown on drawings. 6. Remove old shelter, foundations and cabling as described on the drawings and restore sites per Specifications and drawings to the Airports' satisfaction. 7. Properly dispose of items removed in item 6 above. To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to the Contract Administrator, Mr. Dennis Shub/IT Solutions at 847-294-8050 or e-mail: Dennis.ctr.Shub@faa.gov by close of business July 8, 2011. The estimated price range is between $100,000.00 and $250,000.00. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov NAICS Code is 237990 This procurement is a SMALL BUSINESS SET-ASIDE. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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-00287/listing.html)
 
Record
SN02482165-W 20110626/110624234933-3daa6a6fd0b3f4b43876147aeb43b1aa (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.