SOLICITATION NOTICE
99 -- Construction of Glide Slope and Precision Approach Path Indicator (PAPI) facilities for Runway 12 at McCook Municipal Airport, McCook, Nebraska
- Notice Date
- 10/26/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ACE-59 Central Region (ACE)
- ZIP Code
- 00000
- Solicitation Number
- DTFACE-07-R-27021
- Response Due
- 11/14/2006
- Archive Date
- 12/14/2006
- Description
- Construction of Glide Slope and Precision Approach Path Indicator (PAPI) facilities for Runway 12 at McCook Municipal Airport, McCook, Nebraska The work includes but is not limited to the following: 1. Perform grading as required to install the Localizer antenna array, access road, and equipment shelter plot 2. Install underground duct for primary power between the existing Medium Intensity Approach Lighting System (MALSR) equipment shelter site and the Glide Slope site. 3. Perform site preparation for Glide Slope (GS) facility, including: ? Install reinforced concrete foundations for the GS antenna tower and equipment shelter. ? Install GFM antenna tower and antennas. ? Install a 10' x 12' fiberglass equipment shelter (GFM), including lightning protection and grounding systems for the shelter. ? Install EES around the antenna tower and equipment shelter. ? Install conduit and cabling between the GS antenna tower and equipment shelter. ? Install maintenance platforms and fall protection system for antenna tower. ? Install crushed rock surfacing at the facility plot. ? Install a crushed rock access road between the existing MALSR access road and the Glide Slope site. 4. Install PAPI, including: ? Install reinforced concrete foundations for Light Housing Assemblies (LHAs) and power and control station equipment rack. ? Install power cable between transformer and disconnect switch at Glide Slope site and PAPI equipment. ? Install Government Furnished PAPI equipment and related enclosures, conduit, and wiring. ? Install crushed rock surfacing around PAPI equipment, and crushed rock access road between Glide Slope and PAPI sites. Install a 30-foot long section of concrete access road section to allow surface drainage across the road. ? After the PAPI facility is ready to commission, remove existing VASI boxes and foundations, abandon cables 3' minimum below grade, and restore sites to match adjacent existing conditions. 5. Install 12 pair #19A control cable in duct (GFM) between the Glide Slope site and the existing Localizer site, terminate and test. Install duct under runway 3-21 and taxiway by means of directional drilling. 6. Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. 7. Install and maintain erosion control measures to protect ditches and inlets. 8. Accomplish other incidental duties to accommodate site peculiar conditions. 9. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. Total Small Business Set Aside Range: 250,000 - 400,000 NAICS: 237990 To receive this solicitation, submit a written request by fax to 816-329-3137 or by e-mail to shannon.ctr.french@faa.gov. This request should include solicitation number, company name, point of contact, address, phone number and fax 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, has programs to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for trasportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment, and performance bonds up to $1.0 million per contract. The DOT provides an 80 percent guarantee on the bond amount to a surety against losses. Loans are also available under the DOT short Term recivable financing. The maximum line of credit is $750,000. For further information regarding the bonding and lending programs please call the DOT Office of Small and Disadvantaged Business Utilization at (800)532-1169. To be considered for award of this project the contractor must be currently registered in the Central Contractor Registration (CCR) database (website: www.ccr.gov).
- Web Link
-
FAA Contract Opportunities
(http://faaco.faa.gov:7777/index.cfm?ref=5211)
- Record
- SN01171197-W 20061028/061026220424 (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 |