DOCUMENT
Z -- The FAA Western Service Area has a requirement for work associated with the installation of a Category I Instrument Landing System (ILS) and shelter replacement for Runway 8L-26R at HNL International Airport - Attachment
- Notice Date
- 12/21/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, aaq-530 WN - Western Service Area (Los Angeles, CA)
- Solicitation Number
- DTFAWN-16-R-01037
- Response Due
- 1/4/2016
- Archive Date
- 1/4/2016
- Point of Contact
- Elsa Gonzalez, elsa.gonzalez@faa.gov, Phone: 310-725-7499
- E-Mail Address
-
Click here to email Elsa Gonzalez
(elsa.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTE: If viewing this announcement from a source other than the FAA Contract Opportunities website, please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued through the FAA Contracting Opportunities Website. Introduction/Description: The acquisition strategy for this procurement has not been determined at this time; however, either an unrestricted competition or set-aside will be chosen depending on the responses to this market survey. The responses to this market survey will be used for information purposes only. This is not a screening information request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred associated in preparation or in response to this market survey. Scope and Sequence of Work: An abbreviated scope of work is provided below. 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.Coordinate all equipment installations and demolitions with the FAA, Airport operations and air traffic control. c.Furnish and install power cables and other required materials to establish power to the relocated facilities (Glide Slope and Localizer) from existing transformers. PERFORM SITE DEMOLITION AT THE EXISTING LOCALIZER SITE 1. Coordinate Localizer equipment removal in shelter with electronics installers and return all equipment deemed salvable to the FAA. 2. Disassemble existing antenna array and return all items deemed salvageable to the FAA and dispose of the remainder. 3. Demolish existing shelter (contains asbestos material). 4. Extend existing Localizer Antenna array foundation on both ends to accommodate MK-20A model. PERFORM SITE PREPARATION FOR THE NEW LOCALIZER SITE 1.Furnish and Install extended reinforced concrete foundation for antenna arrays 2.Furnish and Install/modify existing Earth Electrode System (EES) at the Localizer antenna pad and test the earth resistance of EES. 3.Furnish and Install conduit and cabling between the Localizer antenna and equipment shelter. 4.Enlarge and extend Localizer antenna array foundation 5.Cut anchor bolts flush with existing localizer array slab foundation and install epoxy anchor bolts at new antenna locations as specified in plans. 6.Furnish and install all required materials to establish new secondary power to the new equipment shelter. 7.Furnish and Install required ground checkpoints for the Localizer facility. 8.Install new LOC. Shelter. Final location and orientation of the shelter shall be determined at the site with FAA RE. 9.Install counterpoise around the new shelter and connect power from existing feed 10.Furnish and install air terminals, down conductors and other ground wires on the new shelter and connect to EES. 11.Re-connect existing DME cables to the new Localizer shelter junction box. PERFORM SITE DEMILITION AT THE EXSITING GLIDE SLOPE 1.Coordinate Glide Slope equipment removal in shelter with electronics installers and return all equipment deemed salvable to the FAA. 2.Remove antennas and disassemble antenna tower and return to FAA. 3.Demolish existing G/S antenna tower foundation & counterpoise. 4.Demolish existing shelter (contains asbestos) PERFORM SITE PREPARATION FOR THE NEW GLIDE SLOPE FACILITY. 1.Install new G/S antenna foundation per drawings 2.Erect new antenna tower and install antennas. 3.Furnish and Install EES around the new antenna tower and equipment shelter and test earth resistance of EES 4.Install obstruction light conduit and cabling between the antenna tower and equipment shelter. 5.Furnish and install all required materials to establish new secondary power to the new equipment shelter. 6.Furnish and install new shelter (GFM), air terminals, down conductors, and counterpoise PERFORM SITE PREPARATION FOR THE NEW PAPI 1.Remove existing PAPI and foundations 2.Remove power control station and power rack 3.Install new PAPI foundations 4.Trench and install concrete encased conduits from LHA to pull box 5.Relocate existing power rack and PAPI PCS 6.Install new power cables and connect all wirings 7.Install grounding and counterpoise 8.Spread gravel around LHA and PCS per drawings 9.Accomplish other incidental duties to accommodate site peculiar conditions. 10.Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. Project is scheduled to commence April 2016 Construction schedule will be divided into phases per construction phasing schedule Contractor is responsible to obtain all needed security badges from HNL airport security office for their workers Contractor is required to de-mobilize from the job site at least once after placing the PAPI infrastructure. In order to make this determination and be considered responsive, interested offerors must complete and submit the attached Business Declaration Form and if applicable, a copy of your SBA 8(a) certification letter to elsa.gonzalez@faa.gov by 4:30 PM PDT on Monday, January 4, 2016. 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 the prime interest rate to provide accounts receivable financing. The maximum line of credit is $750,000.00. For further information and applicable forms concerning the 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/23237 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-16-R-01037/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/60812)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/60812
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/60812)
- Record
- SN03975149-W 20151223/151221234548-ddf4b6b10bc510602ff711debed9e94f (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 |