Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2007 FBO #1910
SOURCES SOUGHT

99 -- CONSTRUCTION OF A CATEGORY I LOCALIZER (LOC), GLIDE SLOPE, AND LOOP CABLE FOR RUNWAY 31 AT McALLEN MILLER INTERNATIONAL AIRPORT, McALLEN, TEXAS

Notice Date
2/16/2007
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, Acquisition Southwest Region (ASW)
 
ZIP Code
00000
 
Solicitation Number
DTFASW-07-R-00021
 
Response Due
2/26/2007
 
Description
The Contractor shall furnish all plant, labor, material, and equipment in strict accordance with these specifications and drawings for the construction of a Category I Localizer (LOC), Glide Slope, and Loop Cable for Runway 31 at McAllen Miller International Airport, McAllen, Texas. The work includes 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 for the new Localizer site, including: (a) Fill and grade area around localizer antenna array, (b) Install reinforced concrete slab foundations for the equipment shelter and Localizer antenna array. Localizer antenna array shall be 6" above surrounding grade, (c) Install Earth Electrode System at the Localizer antenna pad and shelter plot, (d) Install a 10-foot x 16-foot fiberglass equipment shelter (GFM and lightning protection and grounding systems for the shelter. Install concrete parking area and aggregate walking surface around shelter. Shelter installation includes, but is not limited to, installing shelter on foundation, anchoring shelter, connecting power, grounding, control conduits, installation of HVAC unit, and rainhood. HVAC unit for this project will be a split unit and will need to have a HVAC technician to install the freon between the compressor and condenser. A concrete pad will be required for the condenser, (e) Install conduit and cabling between the Localizer antenna and equipment shelter. Conduit shall be RGSC above ground and PVC-coated RGSC for all below grade, (f) Install trench, conduit, and cables for secondary power between the transformer and shelter power panel, (g) Install ground checkpoints for the Localizer facility, (h) Provide and install dual LED-type Obstruction Lights for Localizer Antenna Array manufactured by Dialight or approved equal. 3. Perform site preparation for the new Glide Slope facility, including: (a) Install reinforced concrete foundations for the antenna tower and equipment shelter. Tower foundation shall be rotated 8?? toward the runway, (b) Erect antenna tower, (c) Install a 10-foot x 16-foot fiberglass equipment shelter (GFM and lightning protection and grounding systems for the shelter. Install aggregate road, parking area, and walkway around shelter. Shelter installation includes, but is not limited to, installing shelter on foundation, anchoring shelter, connecting power, grounding, control conduits, installation of HVAC unit, and rainhood. HVAC unit for this project will be a split unit and will need to have a HVAC technician to install the freon between the compressor and condenser. A concrete pad will be required for the condenser, (d) Install EES around the new antenna tower and equipment shelter, (e) Provide and install dual LED-type Obstruction Light manufactured by Dialight or approved equal, (f) Coordinate transformer installation with the utility company and install conduit and secondary power cables between the transformer and meter rack, (g) Install aggregate surfaced access road and parking area to shelter. Install aggregate surfacing at the facility plot. 4. Install control cable loop as shown on drawings. Cable to connect Runway 13 Localizer shelter, Runway 31 Glide Slope shelter, Runway 13 Glide Slope shelter, Runway 31 Localizer shelter, and Control Tower Equipment room. 5. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. This is an active airport and the contractor shall comply with all procedures, rules and regulations of airport authorities including limitations on equipment heights, taxiway and runway barricade requirements, traffic control, allowable work hours, and other items in order to accommodate airport operations with minimal/no impact. 1. Contract performance time is 120 calendar days. 2. This procurement is a total Small Business set-aside. 3. The NAICS is 237990 and the small business size standard is $31 Million 4. The dollar range for this project is between $500,000 and $1,000,000 5. A Mandatory pre-bid/site visit will be conducted the week of March 19, 2007. 6. Contractor is expected to perform at least 15% of the work utilizing the contractor's own employees. THE SUCCESSFUL OFFER MUST MEET THE FOLLOWING GO/NO GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE AND/OR AWARD: a. The contractor must have successfully completed similar projects both in dollar amount and scope, on an operational airport. (Include facility where work was performed, contract number, POC at facility and telephone number) b. The contractor must have delivered a quality product in the timeframe established by the contract. c. Contractors must have active registration in CCR before contract award can be made. Contractors can register at: http://www.ccr.gov/ c. Document Security Notice to Prospective Offerors (attached) d. Business Declaration (attached) The solicitation package will be issued the week of March 12, 2007. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE 1ST TEN (10) GENERAL CONTRACTORS WHO HAVE PROVIDED ALL THE REQUIRED DOCUMENTATION. General contractors must provide the information stated above, company's name, address, phone number, fax number, point of contact no later than 12:00 pm (CST), February 26, 2007. You may fax your request and attachments to (817) 222-5994, Attention: Rose Marie Mendoza FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/index.cfm?ref=5428)
 
Record
SN01233826-W 20070218/070216220621 (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.