Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

Y -- Replacement and Installation of Runway 13/Runway 31 NAVAIDS at Bismarck Municipal Airport, Bismarck, North Dakota

Notice Date
5/4/2017
 
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-00581
 
Response Due
5/23/2017
 
Archive Date
5/23/2017
 
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 installation of Runway 13 Localizer (LOC)/Runway 31 Medium-Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) System combined equipment shelter, the replacement of Runway 13 Localizer (LOC) Antenna, the installation of interlock control cable for Runway 13-31 Instrument Landing System (ILS), and the establishment of the Distance Measuring Equipment (DME) Facility for Runway 31 ILS at Bismarck Municipal Airport, Bismarck, North 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: PHASE 1 Removal of FAA equipment from existing shelters and EOSH testing of transformers and shelters. (Included for contractor s information). 1. The Runway 13 Localizer shelter, Runway 31 MALSR shelter, and pad-mounted transformers (FAA owned) at the Localizer site and the runway 31 Glide Slope site will be tested for hazards by FAA EOSH representatives. Results of the tests will be provided to the Airport s contractor for their information and use. 2. FAA SSC will coordinate shutdown of runway 13-31 ILS systems with Bismarck Airport s closure of runway 13-31 for their pavement reconstruction/grading project starting May 5, 2017 with an anticipated re-commissioning date for the runway of October 15, 2017. Runway 31 threshold will be displaced while runway reconstruction is underway. 3. FAA installation personnel will remove the equipment to be relocated to the new shelter from the existing LOC equipment shelter, will store the items on the airport, and will re-install the LOC equipment in the new shelter. Localizer antenna elements and hardware will be stored in a storage location (to be determined by the SSC) until they can be placed in the wooden crates used to ship the new Mk-20 antennas to the site. 4. FAA installation personnel will remove the Petro-Vend fuel tank monitor equipment and MALSR s remote radio control equipment from the MALSR shelter and store for reinstallation in new shelter. 5. After local SSC and RE have verified that all desired equipment has been removed, existing antenna foundations, shelter sites, transformer, and associated gravel access road and plots will be removed by the airport s grading contractor. PHASE 2 Construction of shelter, E/G, and AST foundations, installation of transformer at new shelter site, and replacement of transformer at Runway 31 GS (outside of airport project s grading limits). 1. Contractor shall hire a registered land surveyor (RLS) to layout and stake equipment shelter foundations. Verify the layout with the RE. 2. Contractor shall construct reinforced concrete foundations for the new pre-fabricated runway 13 Localizer/runway 31 MALSR equipment shelter, Engine/Generator (E/G) equipment shelter and above-grade Fuel Storage tank (AST). Install 4/0 awg bare copper perimeter grounding conductor around foundations and attach grounding conductors to conductor for connection to equipment frame(s). E/G shelter will be relocated from existing site and AST will be procured and installed by airport s contractor. 3. FAA logistics in OKC will coordinate offloading of the prefabricated equipment shelter with the RE at the airport s staging location and will contract a local crane to meet and offload the shelter. Contractor shall move the shelter to the site when ready using contractor-furnished crane and shall set shelter on the new foundation. 4. Contractor shall install the Petro-Vend fuel tank monitor equipment and MALSR s remote radio control equipment in the new Runway 13 Localizer/Runway 31 MALSR equipment shelter. 5. Contractor shall install lightning protection system on Runway 13 Localizer/Runway 31MALSR equipment shelter. Connect grounding conductors to AST and E/G frame. Re-connect lightning protection air terminals and down conductors currently on the e/g shelter to the perimeter grounding conductor. 6. Contractor shall disconnect and remove FAA-owned pad-mounted transformer at runway 31 Glide Slope site and dispose at approved waste site. Abandon buried conductors in place 2 min below grade. Restore crushed rock plot disturbed by construction. 7. Contractor shall coordinate with MDU for installation of a pad-mounted 25 KVA transformer at Runway 31 Glide Slope site and a 50 KVA pad-mounted transformer at runway 13 LOC/runway 31 MALSR shelter site. Primary power cables will be furnished and installed by MDU. A portion of MDU s primary cables will be installed in a common trench with FAA s ILS interlock cables per phase 5, item 2. 8. Contractor shall furnish and install electric power meter bases per MDU specifications at both sites and install secondary conductors in conduit to transformer for connection by MDU. MDU will complete installation to energize transformers and install meters at both sites. PHASE 3 - Construction of Localizer antenna array (airport project s grading in localizer area complete). 1. Contractor shall hire a registered land surveyor (RLS) to layout and stake Localizer antenna foundation locations. Verify the layout with the RE. 2. Contractor shall construct reinforced concrete foundations at new Localizer antenna location and install 4/0 awg bare copper perimeter grounding conductor around antenna foundations and attach grounding conductors to conductor for connection to Localizer antenna s wireway. 3. Contractor shall furnish and install new Localizer power, control and signal cables from the RF/power/control junction box on Runway 13 Localizer/Runway 31MALSR equipment shelter to the Localizer antenna distribution unit. Also install two 2 and one 3 pvc conduit in same trench for MALSR power, flasher power, and flasher control cables (MALSR power and control cables will be furnished and installed by airport s electrical contractor). Contractor shall terminate Localizer power conductors at shelter power panel and distribution unit terminal block. Leave 5 coils of signal and control conductors in junction box at equipment shelter and distribution unit location for termination by FAA installation personnel. 4. Contractor shall construct crushed rock plot around antenna array, construct access road and parking area at Localizer shelter. 5. Install the Distribution Unit (DU) on new foundation and route signal and control conductors into DU for termination by FAA installation personnel. Terminate power conductors at terminal block in DU and make grounding connections. 6. Install the new localizer antenna array elements, associated support legs, and wireway. Install obstruction lights removed from existing Localizer antenna. Align, level and plum the array per the Technical Instruction (TI) Book. 7. FAA installation personnel will install internal signal cables for the localizer antenna elements and tune up system. PHASE 4 Installation of Distance Measuring Equipment (DME) for Runway 31 Localizer 1. Contractor shall install 3 grs conduit with sweep ell in concrete pier to accommodate DME antenna mounting. Transition to 2 grsc below grade and continue to runway 31 localizer equipment shelter. Leave pull rope in conduit for FAA installation technicians. 2. Contractor shall install 4/0 awg bare copper perimeter grounding conductor around foundation and attach grounding conductor to existing shelter s perimeter grounding conductor using exothermic welds. 3. Contractor shall install 2 EMT conduit across ceiling to right exterior wall of shelter and install junction box. Penetrate exterior wall with LB condulet to accommodate installation of DME antenna cables below grade to antenna mast. 4. Contractor shall install bollards around the antenna mount. Place snow fence along RSA line while working to delineate the RSA and verify no bollard is being installed inside the RSA. PHASE 5 Installation of ILS interlock cables 1. Contractor shall furnish and install 12 pr PE-39 19 AWG SH ILS interlock control cables from the RF/power/control junction box on runway 13 LOC/runway 31 MALSR shelter to the control junction box inside the runway 31 glide slope shelter. Leave 5 coils of conductors in junction boxes for termination by FAA installation personnel. 2. Contractor shall excavate and backfill a common trench for MDU s primary power cables and FAA s ILS interlock control cable. Interlock cable shall be installed in conduit with the Localizer control cables from RF/power/control junction box on runway 13 LOC/runway 31 MALSR shelter to the control junction box at runway centerline and continues D.E.B. to a point East of the old Runway 31 MALSR site where the interlock cable is installed in the common trench with the MDU primary power cables. Interlock cable continues D.E.B. in the common trench to the Runway 31 glide slope site. Contractor shall coordinate installation of interlock cables with MDU through RE. Note: A 12 pr 19 AWG control cable exists from the runway 31 Glide slope to the ASR of which two pairs are used by the runway 31 RVR. The remaining 10 pairs can be used by the ILS interlock functions. A 100 pr control cable exists from the ASR to the ATCT and has spares available for our use. Two 50 PR control cables exist between the RTR and ASR. FAA installation will make connections at both sites to provide control information to ATCT from both Localizer sites. 3. Contractor shall furnish and install 12 pr PE-39 19 AWG SH ILS interlock control cables from box A-A at the RTR facility to the runway 13 glide slope equipment shelter and install a new control junction box inside the shelter. Continue installation of the 12 pr PE-39 19 AWG SH ILS interlock control cables from the runway 13 glide slope shelter to the control junction box in the runway 31 Localizer equipment shelter. Leave 5 coils of control conductors in each junction box for termination by FAA installation personnel. ALL PHASES General requirements 1. All power, signal and control cables installed under this contract shall be tested per specifications after installation in the presence of the RE and SSC technician. A written record of the test results for all of the cables shall be delivered to the RE. 2. Cleanup site on daily basis. 3. Contractor shall implement and maintain a quality control plan to ensure contract compliance. 4. Contractor shall coordinate with airport operations personnel, FAA SSC, and local utility companies to locate underground utilities and cabling in the construction activity area. 5. Contractor shall restore any asphalt pavement damaged by construction equipment and grade and seed per specifications any turf areas disturbed by construction activity performed under this contract. 6. FAA installation representatives will coordinate flight check for Runway 13-31 ILS. 7. Participate in Contractor s Acceptance Inspection (CAI), and quickly address any punch list items. CAI may be conducted in conjunction with Joint Acceptance Inspection (JAI) with the SSC office. The performance time is 55 working days and divided in the following phases: Phase 1: 15 Working Days Phase 2: 15 Working Days Phase 3: 15 Working Days Phase 4: 5 Working Days Phase 5: 20 Working Days Anticipated start date of project is August 1, 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/27210 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFASA-17-R-00581/listing.html)
 
Record
SN04496094-W 20170506/170504235238-32d2416982434110f552b4e157eb6fae (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.