|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1997 PSA#1819Federal Aviation Administration, 601 E. 12th St., ACE-55, Kansas City,
MO 64106 Y -- CONST. OF CAT I ILS, RW 27R; CONVERSION OF RW 09L LOCALIZER PAD;
REPLACEMENT OF CAT I ILS FOR RW 01L AND REPLACEMENT OF CAT III ILS, RW
19R, MCI, KANSAS CITY, MO SOL DTFA09-97-R-27037 DUE 053097 POC Joseph
A. York (816) 426-3016 Contracting Oficer PLEASE NOTE: THIS
SOLICITATION HAS A $25.00 NON-REFUNDABLE CHARGE. Project generally
consists of, but is not limited to the following: 1) Furnish competent
surveying resources to properly layout the subject sites and provide
horizontal and vertical control. 2) Perform site preparation work for
installation of the MARK 20 Localizer system within the first 30 days
of the contract, including: Install reinforced concrete pier
foundations and pad for Localizer antenna array. Trench and install
cables and conduit. Install enclosures, conduit, wiring, etc. Install
ground check markers for the Mark 20 Localizer system. 3) Perform site
preparation work for installation of the Mark 20 glide slope system
within the first 45 days, including: Increase the height of the tower
15 feet and install new conduits and wiring. Repaint the antenna tower.
Replace coaxial cable transient ground box and associated conduits and
cables. 4) Perform site preparation work for installation of the Mark
20 Localizer/DME facility within the first 60 days, including: Install
reinforced concrete pier foundations and pad for Localizer antenna
array and DME antenna. Install the Government Furnished (GF) fiberglass
equipment shelter, including foundations, conduit, wiring and enclosure
installation. Install crushed rock surfacing for the glide slope plot.
Trench and install cables and conduit. Install earth electrode
grounding system and lightning protection system. Install ground check
markers for the Mark 20 Localizer system. 5) Perform site preparation
work for installation of the Mark 1F Localizer facility within the
first 60 days, including: Install reinforced concrete pier foundation
and pad. Modify existing fiberglass equipment shelter to accommodate
Mark 1F enclosure, conduit and wiring installation. Trench and install
cables and conduit. 6) Perform site preparation work for installation
of the Mark 20 glide slope system within the first 75 days, including:
Install reinforced concrete pier foundations for the equipment shelter
and a reinforced concrete footing for the antenna tower foundation.
Install crushed rock surfacing for the glide slope plot. Install the GF
fiberglass equipment shelter, including installation of enclosures,
conduit and wiring. Trench and install conduit and power cable. Install
conduits and cables. Install the GF sections of the glide slope antenna
tower. 7) Perform site preparation work for installation of the Mark 20
Localizer facility, including: Install reinforced concrete pier
foundations and pad for Localizer antenna array. Trench and install
cables, and conduit. Install enclosures, conduit, wiring etc. Install
ground check markers for the Mark 20 Localizer system. 8) Perform site
preparation work for installation of the Mark 20 Far Field Monitor
system, including: Install reinforced concrete piers. Install conduit
and cables. Install crushed rock surfacing walkway. 9: Install a double
throw safety/transfer switch at the RW 19R Outer Marker building. 10.
Reroute the existing MALSR roads. 11. Restore all sites to previous
condition. 12. Install and maintain erosion control measures to protect
ditches and inlets. 13. Accomplish other incidental duties to
accommodate site peculiar conditions. 14. Implement and maintain a
quality control plan to ensure contract compliance. Conduct all
required tests and checks to verify contract compliance. The estimated
price range of this project is $500,000 to $1,000,000. This
procurement is open to both large and small businesses. All responsible
sources may submit an offer which will be considered. For a copy of
this solicitation, please contact Susan Chasteen, at (816) 426-7312.
When calling, please be prepared to state solicitation number, name of
company, address, and telephone number. 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 (OSDBU), has programs to
assist minority, women-owned and disadvantaged business enterprises to
acquire short-term working capital and bonding assistance for
transportation-related contracts. This is applicable to any eligible
prime or subcontract at aany tier. The DOT Bonding Assistance Program
enables firms to apply for bid, performance and payment bonds up to
$1.0 million per contract. The DOT provides an 80% guaranty on the bond
amount to surety against losses. Loans are also available under the DOT
Short Term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information regarding the Bonding and Lending Programs,
please call DOT of Small and Disadvantaged Business's Utilization at
(800) 532-1169. For information concerning the acquisition, contact the
contracting official listed above. (0094) Loren Data Corp. http://www.ld.com (SYN# 0108 19970408\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|