Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
DOCUMENT

Y -- Replace VASI with PAPI at Spokane International Airport RWY 07 - Attachment

Notice Date
4/4/2014
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-530 WN - Western Service Area (Seattle, WA)
 
Solicitation Number
DTFANM-14-R-00080
 
Response Due
4/24/2014
 
Archive Date
4/24/2014
 
Point of Contact
Karen McIvor, karen.ctr.mcivor@faa.gov, Phone: 425-227-1845
 
E-Mail Address
Click here to email Karen McIvor
(karen.ctr.mcivor@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO) website, please visit http://faaco.faa.gov/ for the original announcement. Updates and or amendments will only be issued at http://faaco.faa.gov/. Purpose: The Purpose of the SIR is to seek competent and suitable sources for the subject project. Responses to the SIR will be used to screen qualified companies. Screening information allows the Federal Aviation Administration (FAA) to determine which offers are more likely to receive award, and ultimately, which offers will provide the best value. The FAA has appointed a Source Evaluation Team (SET) who will evaluate each response received and make a selection of qualified offerors based on the evaluation criteria established in this SIR. The SIR evaluation process may involve face-to-face negotiations with one or more offerors. All offerors that are eliminated from the competition will be notified in writing. Magnitude of construction is from $100,000 and $250,000. This project is 100% set-aside for competition exclusively amongst SEDB 8(a) contractors as certified with the Small Business Administration. The NAICS Code for this project is 237130. The Small Business Administration Size Standard for NAICS Code is $33.5 million. ********************************************************************* NOTE: THE SITE VISIT IS SCHEDULED FOR THURSDAY APRIL 10, 2014 AT 7:30AM. ********************************************************************* 1.1.1 Installation of the PAPI LHAs - The contractor shall install the four Light Housing Assembly (LHA) units as indicated on the construction drawings. Work includes but is not limited to: Installation of the LHA foundations, associated grounding, and installation of the LHA Equipment. 1.1.2 Installation of the PAPI Power and Control Station - The contractor shall install a PAPI power and control (P/C) station as indicated on the construction drawings. Work includes but is not limited to: Installation of the foundations and associated grounding; and installation of the power and control (P/C) racks and equipment. 1.1.3 Installation of Power and Control for the PAPI LHAs - Contractor shall install the power and control for the PAPI LHAs as indicated on the construction drawings. Work includes but is not limited to: Installation of the pull box near the PAPI P/C station; and Installation of power & control conduits and conductors between the P/C station and their respective LHAs. 1.1.4 Installation of the Incoming Power Service for the PAPI - The contractor shall install incoming power service from Avista sectionalizer to Avista transformer and from transformer to PAPI P/C station. The contractor shall install all conduits for the incoming power and allow Avista to pull the conductors. Avista will install new transformer and transformer pad near P/C rack. Contractor shall install bollards around transformer based on drawing. NFPA 70E requirements and protocols will be required to be observed by the contractor. Coordination with the local utility (Avista) will be required for this portion of the project. Work includes but is not limited to: Installation of trench, installation of power conduits, and installation of a pull box. 1.1.5 Installation of Asphalt Access Road and Gravel Surfacing - The contractor shall install approximately 750 feet of hot mixed asphalt (HMA) access road from the existing access road closest LORAN building. The contractor shall also place crushed rock surfacing around the PCA and asphalt surfacing around the LHAs as shown on the construction drawings. The asphaltic concrete shall be a min. of 3 inches thick hot mixed asphalt (HMA) over a compacted crushed rock subgrade of 4 inches. Compaction of crushed rock shall be to a min of 95% of max. dry density as determined by AASHTO-T99. Asphalt shall meet state highway specifications for asphalt road surfaces. Apply one coat of asphalt seal coat on finished asphalt for the PAPI pad. 1.1.6 Installation of REIL Power Cable (bid option) The contractor shall install approximately 1100 feet of power cable from PAPI & REIL P/C rack to canister by the master REIL. Work includes but is not limited to: Installation of two 4x4x4 pull boxes, installation of light base can, installation of trench, installation of power conduits, and installation of REIL power and grounding cables. FAA may or may not authorize this bid option. 1.1.7 General Site Work - The contractor shall perform the general site work as indicated on construction drawings. Work includes but is not limited to: Grading and excavation as necessary and placing gravel surfacing where required. 1.1.8 Removal of Existing VASI System - The contractor shall preform all work related to removing the current VASI system. This includes, but is not limited to, removing the existing VASI power, removing the VASI LHAs and demolishing and removing the existing VASI foundations. The incoming power cables, current disconnect switches, and control box shall be removed as shown on the construction drawings. The VASI PCA, screws, and screens shall be carefully removed so as not to damage any of the components. VASI LHAs will be removed by the contractor and recycled at the contractor s own expense. The area around the VASI boxes shall be graded to match existing grade. Any ground disturbed by the demolition process shall be returned to similar condition of its original state after removal of the VASI. Trenches and excavations will be backfilled with original trenched soil and top soil, compacted and reseeded. Any wires not removed shall be terminated and applicable panel schedules shall be updated to reflect these changes. Submission of Offer: Offers are due on April 24, 2014 at 12:00 PM (PST). Please see Section L of the Request for Offers for complete proposal submission information. "Prospective offerors are hereby notified that employees of Acentia, a private contractor to the Government, may be used in evaluating offers received under this SIR". NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/16106 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NMR/DTFANM-14-R-00080/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment 3 - GEG_Specs_100Percent (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/39151)
Link: https://faaco.faa.gov/index.cfm/attachment/download/39151

 
File Name: Attachment 3a - GEG_100%_Combined-Drawings (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/39150)
Link: https://faaco.faa.gov/index.cfm/attachment/download/39150

 
File Name: Attachment 1 - Davis Bacon (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/39149)
Link: https://faaco.faa.gov/index.cfm/attachment/download/39149

 
File Name: Attachment 2 - Customer Satisfaction Survey (docx) (https://faaco.faa.gov/index.cfm/attachment/download/39148)
Link: https://faaco.faa.gov/index.cfm/attachment/download/39148

 
File Name: SF-1442-RFO-Final-DTFANM-14-R-00080 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/39152)
Link: https://faaco.faa.gov/index.cfm/attachment/download/39152

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03330173-W 20140406/140404234411-8efc5b4608a689110718097dedae247b (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.