Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2017 FBO #5567
SOLICITATION NOTICE

Y -- Replacement of Runway 24R VASI with a PAPI and Installation of Runway 24L DME at Dayton International Airport, Dayton, Ohio

Notice Date
2/17/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Great Lakes)
 
ZIP Code
00000
 
Solicitation Number
DTFASA-17-R-00304
 
Response Due
3/3/2017
 
Archive Date
3/3/2017
 
Point of Contact
Irene Medina, irene.medina@faa.gov, Phone: 847-294-8309
 
E-Mail Address
Click here to email Irene Medina
(irene.medina@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is for the replacement of the Visual Approach Slope Indicator (VASI) with a Precision Approach Path Indicator (PAPI) System for Runway 24R and the installation of Runway 24L Distance Measuring Equipment (DME) at Dayton International Airport in Dayton, Ohio. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, and specifications. The project work includes, but not limited to, the following: RUNWAY 24R PAPI 1. Submit request for FAA assistance to locate existing underground utilities and cabling. 2. Contract a Registered Land Surveyor (RLS) to layout and stake PAPI Lamp Housing Assembly (LHA) locations and rack. 3. Install 3 ™ tall orange snow fence along border of runway 24R Glide Slope Critical Area and RSA in the immediate vicinity of the work locations per drawings. 5. Remove existing runway 24R VASI equipment and foundations. Transfer VASI equipment to DAY FAA technicians. 6. Abandon VASI buried conductors 2 ™ minimum below grade. Repair disturbed sod areas by placing compacted topsoil and seeding per specifications. 7. Hydro-excavate areas where excavation will be within 5 ™ of a marked utility or buried cable. 8. Construct reinforced concrete foundations for PAPI LHA ™s. 9. Construct runway 24R PAPI frangible power and control equipment rack outside the runway safety area (RSA). 10. Install power and control cables from the runway 24R Glide Slope Shelter to the PAPI power and control equipment rack and to the PAPI LHA ™s. Ensure a constant 6 inch separation between power and control runs throughout. All power and control cables shall be tested for continuity and insulation integrity per specifications after installation in the presence of the Resident Engineer (RE) or FAA technician. A written record of the test results for all of the conductors shall be delivered to the RE. 11. Furnish and install a new 30a double-pole breaker in the glide slope power panel board. 12. Install PAPI LHA ™s on frangibly mounted electrical magnetic tubing (EMT) conduit supports on concrete foundations. 13. Install perimeter grounding conductor around LHA ™s and test grounding system per specification. A written record of the test results shall be delivered to the RE. 14. Construct compacted crushed rock plot around PAPI LHA ™s and paved access road. 15. Aim PAPI LHA ™s per the technical instruction manual provided. 16. Adjust photocell on PAPI rack to point north and test photocell. 17. Install labels on electrical equipment and junction boxes per specifications. Install weatherproof labels with minimum 4  tall lettering, red on white background showing aiming angle and unit number (i.e., LHA #1, 3 Ί 30 ™). These labels are to be installed after passing flight check. If flight check is delayed, the contractor may mail the labels to the System Support Center (SSC) manager to be applied by the SSC. 18. Participate in contractor ™s acceptance inspection with the RE and joint acceptance inspection with local FAA representative(s). Address punch list items generated at the inspection (if any). RUNWAY 24L DME 1. Contract a Registered Land Surveyor to locate the exact lattitude, longitude, and elevation of the new DME antenna. 2. Construct a new reinforced concrete foundation for the DME antenna with rigid steel conduits to accommodate Heliax cables. Top of new foundation shall be 3  above existing grade. 3. Furnish and install a Ό  nylon pull rope, from the DME antenna to the junction box located on the Runway 24L localizer shelter, for the installation of the FAA furnished and installed Heliax signal cables. 4. Furnish and install junction boxes and create a new 2  hole into the existing precast concrete localizer shelter wall, as shown on the plans. 5. FAA installers will install new Selex Antenna. 6. Furnish and install grounding rods with a bare copper perimeter grounding conductor around the DME antenna foundation. Connect to existing shelter ™s perimeter grounding conductor. 7. All power cables shall be tested per specifications after installation in the presence of the Resident Engineer. A written record of the test results for all of the conductors shall be delivered to the Resident Engineer. 8. Construct four protective bollards as show on plans, including concrete foundations. 9. FAA installation personnel will terminate and connect the Heliax RF contol cables at each end. They will also connect power to the new DME equipment rack and obstruction light. 10. FAA installation personnel will install the new DME equipment cabinet in the interior of the Rwy 24L localizer shelter. 11. FAA installation personnel will œtune-up  the DME equipment per the technical instruction book and applicable orders. 12. FAA installation personnel will install remote status monitoring equipment in the Air Traffic Control Tower (ATCT) and in the Runway 24L Localizer Shelter. 13. FAA installation personnel will schedule and participate in a flight inspection of the DME system. 14. Participate in Contractors Acceptence Inspection (CAI), and quickly address any punch list items. CAI may be conducted in conjunction with the Joint Acceptance Inspection (JAI) with the SSC office. The performance time is as follows: Runway 24R PAPI: 20 working days Runway 24L DME: 10 working days Anticipated start date of project is April/May 2017. The estimated price range for this procurement is between $100,000 and $250,000. INTERESTED FIRMS MUST HAVE SUCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. General contractors must submit their interest in subject project on company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact. Please submit your request to the attention of Irene Medina, to email address: irene.medina@faa.gov 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/26660 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFASA-17-R-00304/listing.html)
 
Record
SN04407298-W 20170219/170217234625-2be60429436ce09afcd4de9c22605fee (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.