SOURCES SOUGHT
99 -- SMALL BUSINESS SET-ASIDE: Site Work to Install Two (2) New 50' Steel Self-Supporting Antenna Towers, and Remove and discard of Four (4) 60 High Steel Guyed Antenna Towers Belmont RCAG Facility (2P7), Belmont Ohio.
- Notice Date
- 5/2/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, ASW-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-12-R-00214
- Response Due
- 5/14/2012
- Archive Date
- 5/29/2012
- Point of Contact
- Karen Czerwiec, 847-294-7298
- E-Mail Address
-
karen.czerwiec@faa.gov
(karen.czerwiec@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Small Business Set-Aside Procurement: The contractor shall furnish all labor, materials, equipment, tools, supervision and transportation for the Site Work to Install Two (2) New Steel Self-Supporting Antenna Towers, and Remove and discard Four (4) 60' High Steel Guyed Antenna Towers Belmont RCAG Facility (2P7), Belmont Ohio SCOPE OF WORK: The work shall include, but not limited to, the following: 1. Furnish and install two (2) 50' high steel self-supporting antenna towers including maintenance platform, antenna mounting arms, obstruction lights (obstruction lights shall be operational before dusk on the day the tower is erected), reinforced concrete foundations for the antenna towers, Earth Electrode Systems (EES) around the antenna tower foundations, lightning protection system for the antenna towers including air terminal, down conductors, and attaching hardware, geotextile fabric and crushed rock surfacing, power and grounding cables to the antenna towers' obstruction lights and convenience outlets mounted on the platforms' handrails.2. Furnish and install Dynaglide ladder climbing safety systems on the tower climbing ladders for the antenna towers.3. Furnish and install two (2) junction boxes mounted to the new two (2) 50' antenna tower platforms (one per platform). Install a ground conductor from the newly installed junction boxes to the down conductor of the lightning protection systems. These conductors will be attached to a ground bar within the junction boxes to allow for grounding of the outer conductor (shield) of the coax cables.4. Furnish and install two (2) junction boxes mounted to the north exterior wall of the existing RCAG equipment building and associated conduit for the building. Install a ground conductor from the newly installed junction boxes to the existing buried EES for the building. These conductors will be attached to a ground bar within the junction boxes to allow for transient protection.5. Furnish and install 9 runs of underground coax cables (7/8"Heliax) from the new junction boxes installed on the new antenna tower platforms to the new junction boxes mounted on the existing equipment building.6. Furnish and install cable ladders inside the equipment building from the equipment racks to the penetrations from the new junction boxes.7. Remove and discard four (4) 60' high steel guyed antenna towers including foundations for the guy wires. 8. Remove and discard existing junction boxes, racks, cables and associated fittings above ground level and restore site. 9. Miscellaneous associated work as indicated on the Project Drawings and Project Specifications. To obtain a copy of the solicitation, you must submit a written request via fax or e-mail with your name, company name, address, phone number and e-mail address to both, the Contracting Officer, Ms. Karen Czerwiec at (fax 847-294-7801) or e-mail Karen.Czerwiec@faa.gov and the Contract Administrator, Mr. Dennis Shub/Acentia at (fax 847-294-8050) or e-mail: Dennis.ctr.Shub@faa.gov by close of business May 14, 2012. You must fill out the attached Business Declaration form in order to obtain a copy of the solicitation. The work will be performed in strict accordance with the contract specifications. Contract performance time is 45 calendar days. The estimated price range for this procurement is $200,000.00 to $300,000.00. The contractor awarded the contract must have active registration in the Central Contractor Registration (CCR) before award can be made. Contractors can register at www.ccr.gov NAICS Code is 238210 INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. Service Disabled Veteran Owned Small Business (SDVOSB) and certified 8(a) contractors are highly encouraged to submit a request for this project. 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 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-12-R-00214/listing.html)
- Record
- SN02737767-W 20120504/120503000357-cecb7822ec063d61743ecb3ef7ac65ef (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 |