Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
SOLICITATION NOTICE

56 -- Installation of a Category I Instrument Landing System (ILS) for Runway 2L-20R at John Wayne International Airport in Santa Ana, CA

Notice Date
11/3/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-530 WS - Western Logistics Service Area (Western Pacific)
 
ZIP Code
00000
 
Solicitation Number
697DCK-18-R-00045
 
Response Due
11/17/2017
 
Archive Date
11/17/2017
 
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 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. 1-1.2 Scope and Sequence of Work: An abbreviated scope of work is provided below for the Contractor s benefit. The work includes, but is not limited to the following: PLANNING AND PREPARING SITE WORK: Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. Coordinate all equipment installations and demolitions with the FAA, Airport operations and air traffic control. Furnish and install power cables and other required materials to establish power to the relocated facilities (Glide Slope and Localizer) from existing power sources. PERFORM SITE DEMOLITION AT THE EXISTING LOCALIZER SITE: Coordinate Localizer equipment removal in shelter with electronics installers and return all equipment deemed salvable to the FAA. Remove existing 14-element V-Ring localizer antenna array, RF cables and power cables. Remove existing elevated wooden platform. Remove existing old Localizer concrete pad. Construct a new concrete foundation at ground level for the new 14-element wide spacing LPD antenna array. Upgrade existing counterpoise system to meet currently FAA grounding/bonding requirement. Modify existing conduits from both power and control pull-boxes to the localizer Antenna array DCU. Install new 14-element spacing LPD antenna array. Pull new RF and power cables between the localizer array and the shelter. PERFORM SITE DEMOLITION AT THE EXISTING GLIDE SLOPE: Remove existing glide slope antennas, obstruction light, vertical ladder with safety rail, and 20 antenna tower. Upgrade existing counterpoise system to meet currently FAA grounding/bonding requirement. Install new glide slope antenna tower, working platforms, vertical ladder with safety rail, obstruction light, and glide slope antennas. Install RSC between GS shelter and tower. Install new RF and power cables. Accomplish other incidental duties to accommodate site peculiar conditions. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. ALL WORK WILL BE NIGHT WORK ONLY FROM 11:00 PM TO 6:00 AM LIGHTED X SET UP AND RUNWAY CLOSURE IS NOT REQUIRED 1st phase (GS SITE) Tentative schedule: July 18-25, 2018 (5) working days 2nd phase (Localizer) Tentative schedule: July 26-Aug. 9, 2018 (11) working days Flight check schedule: Target Date in August 27-29, 2018 Return system to service: August 31, 2018 Complete Solicitation expected to be posted and/or distributed no later than November 24, 2017. The estimated price range of the procurement is between $250,000 and $500,000 Interested offerors are required to submit their written interest in response to this procurement to elsa.gonzalez@faa.gov by 5:00 PM local time on November 17, 2017 Response replies must include the following information: 1. Name of Company 2. Address 3. Point of contact name, e-mail address and telephone number. 4. Business size status: 8(a) Certified, Small Business, SDVOSB, etc. 5. DUNS Number 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/28552 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/697DCK-18-R-00045/listing.html)
 
Record
SN04731475-W 20171105/171103230932-fa7591b65996f9217a2bb7995ada9c2a (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.