SOLICITATION NOTICE
Y -- Replacement of Runway 12 MALSR System at Huron Regional Airport, Huron, South Dakota
- Notice Date
- 4/17/2017
- 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-00542
- Response Due
- 5/2/2017
- Archive Date
- 5/2/2017
- 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 Runway 12 Medium-Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) System at Huron Regional Airport in Huron, South Dakota. 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: 1. Contract a registered land surveyor (RLS) to layout and stake MALSR shelter location, light bars and power distribution rack locations and lamp elevations. 2. Completely remove all reinforced concrete foundations pier, anchor bolts, and maintenance stands. Remove all existing underground cable if the new cables are installed in the same trench as the old one, or otherwise abandon cables 2 ™ minimum below grade. Remove all light bars on EMT conduits, power distribution panel, and MALSR control rack. 3. Contractor shall furnish all items not shown on the project ™s official Government-Furnished Materials (GFM) list. 4. Construct concrete pads and screw-anchor foundations for all MALSR LIR pole stations, MALSR power distribution rack, EMT support MALS light stations and equipment shelter. No new foundation is needed for the existing threshold bar light station because it is structurally sound and is fairly new due to a recent replacement. 5. Set Government furnished pre-fab shelter on concrete foundation. Install lightning protection and counterpoise around shelter. Connect shelter power panel to the existing utility power transformer. Contractor shall construct the shelter floor 18 inches above the finished grade elevation. Contractor is responsible for shipping of the pre-fab 12x12 sq. ft. MALSR shelter which is currently sitting at Aberdeen airport. The shelter is equipped with a Bard HVAC unit mounted on the exterior wall. 6. Install all new Government Furnished MALSR equipment in the new MALSR shelter. Verify MALSR will operate normally on local and remote control. The air to ground radio control receiver, RC-1T5A shall be salvaged from the old shelter and re-install to the new shelter. 7. Install 2 Quazite handholes near equipment shelter as shown on plan. Handholes for power cables and control cables shall be separate. 8. Install armored cables from new MALSR shelter to MALSR power distribution rack; and from power distribution rack to all light bars and threshold bar station. Install perimeter grounding conductor. 9. All cables shall be tested per specifications after installation in the presence of the COR and SSC technicians. A written record of the test results for all of the cables shall be delivered to the COR. 10. For flasher light stations, install control cabinets, flasher junction boxes, flasher light units and the contractor furnished L-5018 junction boxes. Install power and control cables from new Malsr shelter to the flasher stations. 11. Construct crushed rock plots around MALSR foundations and around shelter, slope away from shelter. 12. Extend gravel paved access road to gate per drawings. 13. Aim lamps and flasher heads. Label each MALSR station per drawings. 14. Demolish and dispose of the existing MALSR control station/shelter and its associated components. Cut and abandon cable in place to a depth of 24 inches below finished grade. 15. Re-grade and cleanup the site on daily basis. Dispose of debris at an approved waste site. Restore all areas disturbed by construction activity or vehicles per specifications. Place and compact topsoil to make site flush with surrounding grade. Seed per specifications. 16. Participate in Contractor ™s Acceptance Inspection (CAI), and quickly address any punch list items. The performance time is 30 working days. Anticipated start date of project is August 8, 2017. The estimated price range for this procurement is between $250,000 and $500,000. 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/27100 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFASA-17-R-00542/listing.html)
- Record
- SN04474786-W 20170419/170417234756-b048e5260e7ee4fe62234701b6b357d4 (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 |