SOLICITATION NOTICE
99 -- Relocation of Runway 03-21 Navaids at Manhattan Regional Airport in Manhattan, Kansas
- Notice Date
- 10/30/2009
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ACE-55 ACE - Central
- ZIP Code
- 00000
- Solicitation Number
- DTFACE-10-R-20004
- Response Due
- 11/30/2009
- Archive Date
- 12/15/2009
- Point of Contact
- Miyo Calabro, (816) 329-3113
- E-Mail Address
-
miyo.calabro@faa.gov
(miyo.calabro@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This project includes all work associated with the Relocation of Runway03-21 Navaids at Manhattan Regional Airport in Manhattan, Kansas. 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. Site preparation for the R/W 03 Glide Slope (GS) and Automated Surface Observing System (ASOS) facilities, including installation of the following items: Reinforced concrete foundations for the GS antenna tower, equipment shelter, ASOS sensors, and electrical rack.Antenna tower and antennas, including lightning protection system.Relocation of 8' x 12' fiberglass equipment shelter, including grounding.EES around the antenna tower and equipment shelter.Conduit and cabling between GS antenna tower and equipment shelter, and between shelter, electrical rack, ASOS equipment, and handholes.Crushed rock surfacing at the facility plot.Crushed rock access road between Taxiway A and the GS plot.Duct for primary power between the GS site and existing utility equipment, secondary power conduit and cable, and electrical distribution rack with disconnect switches. 3. Remove and reconstruct the existing Runway 03 Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) facility, including:Install reinforced concrete foundation at the equipment shelter plot.Install Government Furnished 8' x 12' fiberglass equipment shelter, and related enclosures, conduit, and wiring. Install new MALSR equipment in the shelter. Install Earth Electrode System (EES) and Lightning Protection System. Install light stations for the MALSR system, including reinforced concrete foundations, frangible EMT, Low Impact Resistant (LIR) masts, conduit, handholes, cable duct system, cabling, enclosures, Government Furnished lamps, etc., and crushed rock surfacing around light stations. Ducts under Wildcat Creek Road must be installed by means of directional drilling.Install crushed rock surfaced access road and drainage culverts, between the equipment shelter and light stations.Install crushed rock surfacing at the equipment shelter plot. Install chain link fencing around light station 24+75, located outside the airport perimeter fence.Perform operational testing for the MALSR system. 4. Install Precision Approach Path Indicator (PAPI) systems for runways 03 and 21, including:Install reinforced concrete foundation piers for Light Housing Assemblies (LHAs) and power and control station equipment rack.Install power cable between utility transformers and PAPI equipment, in armored HDPE duct.Install Government Furnished PAPI equipment and related enclosures, conduit, and wiring.Install concrete sidewalks around PAPI equipment.Install crushed rock surfaced access road for Runway 03 PAPI, and concrete access road for Runway 21 PAPI 5. Relocate the Runway End Identifier Lights (REIL) system for Runway 21, including:Install reinforced concrete foundation piers for REIL lights.Install power and control cable, duct and handholes between the power and control station located at the Runway 03 Localizer equipment shelter plot, and REIL lights, in armored HDPE duct. Ducts shall be installed under the existing taxiway and runway by means of directional boring.Relocate REIL lights and related enclosures, and install associated conduit and wiring. 6. Perform demolition and restoration of existing navaid sites, including the R/W 03 Glide Slope and ASOS, R/W 03 MALSR, R/W 03 and 21 Visual Approach Path Indicator (VASI) systems, and R/W 21 REIL. Work at each site shall include the following work: remove navaid equipment and turn over to FAA personnel; remove foundations and conduit to 3' below grade, and dispose of off airport property; and install crushed rock surfacing or seeding per division 2 of the specifications, to restore site to match adjacent conditions. 7. Maintain erosion control measures to protect ditches and inlets. 8. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. Time: 120 Calendar Days Estimated Cost: Between $1,000,000 - $1,500,000 NACI: 237990 Size Standards: $33.5 Million This is a TOTAL SMALL BUSINESS SET-ASIDE project. To be considered for award of this project, the contract must be currently registered in the Central Contractor Registration (CCR) database (website: www.ccr.gov)If you are interested in receiving information on this project, please submit a request to me via e-mail miyo.calabro@faa.gov or fax to (816) 329-3137. The request must include the 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 a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFACE-10-R-20004/listing.html)
- Record
- SN01995648-W 20091101/091030235656-5d8b5616319dc4c944c5ca4b17517933 (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 |