SOLICITATION NOTICE
99 -- Replacement of Runway 31 Medium-Intensity Approach Lighting System with Runway Alignment Indicating Lights (MALSR) at Jamestown Regional Airport, Jamestown, North Dakota
- Notice Date
- 4/23/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Federal Aviation Administration (FAA), Great Lakes Region, FEDERAL AVIATION ADMINISTRATION, FAA, AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFAGL-08-R-00010
- Response Due
- 5/5/2008
- Point of Contact
- Irene Medina, 847-294-8309
- Description
- The FAA intends to solicit and award a firm-fixed price contract for the Replacement of Runway 31 Medium-Intensity Approach Lighting System with Runway Alignment Indicating Lights (MALSR) at Jamestown, North Dakota. The Contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract provisions, specifications and drawings. The work consists of, but not limited to, the following: 1. Maintenance of the existing MALSR in service till the time for switching over.2. Replacement of the existing Runway 31 MALSR facility with the addition of Threshold Lights to include:a. Coordinate, locate, and flag all existing underground utilities and any other objects before construction.b. Install lightning protection and counterpoise systems for the Threshold Lights, MALS, and RAIL.3. Installation of the new Runway 31 replacement MALSR and new Threshold Lights to include:a. Construct foundations for the Threshold Lights, MALS, and RAIL.b. Assemble and install the MALS and RAIL EMT type and LIR type structures, and their appurtenances.4. Installation of all power and control cabling, conduit, guardwires, grounding rods, miscellaneous electrical appurtenances, warning tape, trenching, compaction, backfilling, and seeding.5. Site Work: Construction of new walkways and work areas; removal of all existing MALS and RAIL lighting structures and appurtenances; and removal of all existing foundations to below grade and restore surrounding area to blend with final grading.6. Coordination of any changes to the Construction Safety Plan, access routing, staging areas, runway shut-downs, and other airport activities with the airport director, resident engineer, and local FAA personnel.7. Installation of Government Furnished Property and items designated on the drawings as supplied and installed by the contractor in the existing MALSR Shelter.8. Miscellaneous civil and electrical work as described in the drawings and specifications.The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 45 calendar days, with an anticipated start date of project as July 14, 2008. The estimated price range for this procurement is between $250,000 and $500,000. NAICS is 237990. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. THE PLANS AND SPECIFICATIONS WILL BE FURNISHED TO THE FIRST FIFTEEN GENERAL CONTRACTORS WHO RESPOND TO THIS ANNOUNCEMENT AND SUBMIT A SIGNED COPY OF THE SENSITIVE SECURITY INFORMATION FORM (ATTACHED BELOW). General contractors must submit their interest in subject project on letterhead and include the firm's name, address, phone number, fax number, and point of contact by no later than May 5, 2008, 2:00 p.m. (CT). Please submit your request, along with the Sensitive Security Information Form, by fax to (847) 294-8310, Attn: Irene Medina, or by email to irene.medina@faa.gov. 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 socially and economically disadvantaged individuals, and women-owned concerns to acquire capital and bonding assistance for transportation-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 guaranty on the bond amount to a surety against losses. Loans are also available under the DOT short Term receivable 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a964fc6826939c81d8f5bf1b73eeb43e&tab=core&_cview=1)
- Record
- SN01559582-W 20080425/080423215852-438ecad8937c9e319766e7eb6812a064 (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 |