Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
DOCUMENT

Z -- NAVAID Projects - MBS-CAK-MLI - Attachment

Notice Date
5/3/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Ft. Worth, TX)
 
Solicitation Number
DTFACN-16-R-00124
 
Response Due
5/11/2016
 
Archive Date
5/11/2016
 
Point of Contact
Jason Fitzgerald, jason.fitzgerald@faa.gov, Phone: 817-222-4911
 
E-Mail Address
Click here to email Jason Fitzgerald
(jason.fitzgerald@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The FAA is seeking competent and qualified contractors to correct the Runway Safety Area (RSA) violations for the following three (3) projects: FREELAND, MI (MBS) This project will re-cable and replace foundations to correct the Runway Safety Area(RSA) violations for the Runway 05 MALSR and Runway 23 MALSR, re-grade the Runway 23 PAPI gravel rock plot, replace and relocate a culvert under the Runway 23 GS access road, and replace the Runway 14 VASI with a PAPI at MBS International Airport, Freeland, MI (MBS). Phase 1 The work in this phase will require the shutdown of the Runway 05 MALSR. The Runway 23 Localizer will also require an outage when work is occurring in the Localizer critical area. Work at light stations 2, 4, 6, & 8 are located inside the RSA and will require a Runway 05/23 shutdown. Work shall be accomplished during a nightly Runway closure coordinated with the local FAA SSC and MBS Airport through the COR. Contractor performance time is 21 calendar days. Phase 2 The work is this phase will require the shutdown of the Runway 23 MALSR. The Runway 05 MALSR must be operational before the Runway 23 MALSR is taken out of service. The Runway 05 Localizer will also require an outage when work is occurring in the Localizer critical area. Work at light stations 2, 4, 6, & 8 are located inside the RSA and will require a Runway 05/23 shutdown. Work shall be accomplished during a nightly Runway closure coordinated with the local FAA SSC and MBS Airport through the COR. Contractor performance time is 21 calendar days. Phase 3 The work in this phase may be completed simultaneously with the phase 2 work, however, shall not impede the progress of the phase 2 work. Phase 3 will start immediately after phase 2. This work will require a shutdown of the Runway 23 Glide Slope and the Runway 23 PAPI. Work inside the RSA will also require a runway shutdown. Contractor performance time is 8 calendar days. Phase 4 The work in this phase will require a shutdown of Runway 14/32. The Runway 14 VASI will be required to be taken out of service. Contractor performance time is 21 calendar days. Work can be done simultaneously as long as it doesn t impede the progress of the previous phase. The contract period of performance is 71 calendar days. ________________________________________ AKRON/CANTON, OH (CAK) This project will remove existing electrical metallic tubing (EMT) and (LIR) light poles; furnish and install new concrete foundation with splice cans as well as MALS cables and coduits; install new government furnished frangible bolts on top of new anchor bolts to provide frangibility at or below 3 at MALSR stations to meet RSA frangibility requirements; and add gravel surrounding stations at Quad Cities International Airport, Moline, Illinois. Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. ________________________________________ MOLINE, IL (MLI) The Contractor shall furnish all plant, labor, materials (except Government-furnished property), equipment, energy, transportation, and other services necessary to construct all elements of the systems required in the Specifications, Drawings, and other Contract documents. Construction shall include all miscellaneous and incidental work necessary for a complete and operational system. Special Schedule Constraints: All work is required to be completed by 16 September, 2016. All work inside the RSA, such as the building of the foundations/counterpoise, installation of the LHAs, and LHA-to-LHA cable trenching will require temporary runway closures. Runway closures shall be coordinated with the airport at least 48 hours prior to needed start of closure. Airport will provide and maintain lighted X at runway ends during closure. Work outside the RSA can be completed while the runway is active. Runway 27 MALSR modification This project will replace existing Vega towers with LIR towers on fuse bolts at stations 5+20, 7+40, and 9+20 to meet RSA frangibility requirements, and add gravel surrounding these stations and at station 3+00 to comply with grading requirements in the Runway 27 RSA at Quad Cities International Airport, Moline, Illinois. Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. Runway 27 PAPI installation This project will replace the existing VASI lighting system with a PAPI facility for Runway 27 at Quad Cities International Airport, Moline, Illinois (MLI). Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. Runway 13 PAPI installation This project will replace the existing VASI lighting system with a PAPI facility for Runway 13 at Quad Cities International Airport, Moline, Illinois (MLI). Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. Runway 31 PAPI installation This project will replace the existing VASI lighting system with a PAPI facility for Runway 31 at Quad Cities International Airport, Moline, Illinois (MLI). Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. Runway 23 PAPI installation This project will replace the existing VASI lighting system with a PAPI facility for Runway 23 at Quad Cities International Airport, Moline, Illinois (MLI). Work under this contract which will be performed inside the Runway Safety Area will require the closure of the runway. ________________________________________ Note: No FAA installation work is required for this project. When the project is finished, the COR shall take digital picture(s) to document the modified/fixed facility to show proof that the RSA violation(s) were removed as specified in this contract. Provide a copy of the picture(s) to the project engineer. Where applicable, the COR should include a tape measure or ruler in the picture to show the 3 frangibility violation was fixed. Work will be done when the facility is taken out of operation or in coordination with FAA Authority. Contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues. All work shall be in accordance with the plans and specifications. 1.This project is set-aside for Small Business Concerns to all Construction Contractors. 2.The North American Industry Classification System (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $15 million. 3.The project magnitude for Freeland, MI (MBS) is between $250,000 and $500,000. 4.The project magnitude for Akron/Canton OH (CAK) is between $100,000 and $250,000. 5.The project magnitude for Moline, IL (MLI) is between $250,000 and $500,000. 6.Projects may be awarded on the basis of all, some, or none. 7.Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: a.Using the Past Experience/ History form (Attachment #1), provide a listing of at least 3 past or current contracts/projects your firm performed for construction efforts, in the same size $100,000 and $500,000) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). You must provide the contract number or project identifier, which includes a point of contact and phone number. b.Complete and return the form Security Notice to Prospective Offerors (Attachment #2). c.Complete and return the Business Declaration (Attachment #3) The information provided will also be used as part of the responsibility determination. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. Requests must be emailed to jason.fitzgerald@faa.gov no later than Wednesday, May 11, 2016 at 5:00pm CST. Please place Attention: MBS-CAK-MLI RSA Projects in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. "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 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/24293 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-16-R-00124/listing.html)
 
Document(s)
Attachment
 
File Name: Attachment No 2 - Sensitive Security Information Form - MBS-CAK-MLI (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/64832)
Link: https://faaco.faa.gov/index.cfm/attachment/download/64832

 
File Name: Attachment No 1 - Past Experience History (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/64831)
Link: https://faaco.faa.gov/index.cfm/attachment/download/64831

 
File Name: Attachment No 3 - Business Declaration (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/64833)
Link: https://faaco.faa.gov/index.cfm/attachment/download/64833

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04103503-W 20160505/160503234736-5fbd4068bfb9530d7bcead9ee56fbf48 (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.