SOURCES SOUGHT
99 -- Runway Safety Area (RSA) projects within the RSA of Runway 15 at the Burlington International Airport, In Burlington, Vermont
- Notice Date
- 6/29/2012
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-510BOS-KH ANE - New England
- ZIP Code
- 00000
- Solicitation Number
- DTFAEN-12-R-40028
- Response Due
- 7/25/2012
- Archive Date
- 8/9/2012
- Point of Contact
- Kevin Hart, 781-238-7660
- E-Mail Address
-
kevin.hart@faa.gov
(kevin.hart@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- The FAA Eastern Acquisition Service Area, Boston Acquisition Office, has a new construction effort for projects withing the Runway Safety Area (RSA) at the Burlington International Airport, Burlington, Vermont. The scope of work for these RSA projects includes the replacement of three (3) Medium Intensity Approach Light System (MALS) VEGA tower light assemblies with LIR frangible approach masts. The MALS equipment must be made frangible to 3" with the installation of FAA approved frangible (fuse) bolts. Runway 15/33 is the primary runway for this airport. The outlined phases below are to be implemented to minimize the closure impacts to the runway and the Runway 33 ILS. All work within the RSA is to be performed during night hours, tentatively set for 12:00 a.m. to 5:00 a.m. EDT, established by the Burlington International Airport Operations Center and Air Traffic. A soft closure will be in effect, meaning that work within the RSA cannot commence until the last scheduled air carrier has actually landed. The runway must be available for operations at the end of each night. Lighted X's and low profile barricades must be placed at locations defined in the Construction Safety and Phasing Plan (CSPP). The runway must be available for operations at the end of each night, therefore, the lighted X's and low profile barricades must be put in place at the beginning of each work night when work will be performed in the RSA and removed at the end of the work night so airport operations can resume at 5:00 a.m. EDT. All trenches and/or excavations must be backfilled at the end of any work period or plated by an approved method. These projects are outlined below, but are not limited to the following activities: Site preparation, including locating existing cables within the project area, VEGA tower equipment removal and Low Impact Resistance (LIR) equipment assembly, MALS distribution panel relocation, including trench and foundation work, Removal, replacement of MALS system cables, Proper disposal of unused equipment, Retrofitting incoming power and control conduit to each Runway 33 PAPI Lamp Housing Assembly, CAI and system acceptance. A site visit will be conducted on Tuesday, July 10, 2012 at 10:00 a.m. EDT. The meeting will be at the SSC Office, 1250 Airport Drive, South Burlington, VT. The SSC office is located in the Base Building adjacent to the Airport Traffic Control Tower. For security purposes, all attendees must contact Steve Finnerty at 603-881-1264 or via cell at 978-886-1264. Attendees must have a Government issued ID. RSVP by 2:00 p.m. EDT, Monday, July 9, 2012. If you are viewing this announcement from a source other than FAA Contract Opportunties (FAACO), you may not receive accurate information regarding dates, attachments, or amendments. The performance period is fifteen(15) calendar days. This project is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code is 238210 with a size standard of $14 million. The Request for Offer (RFO), including Specifications, Drawings, and Wage Rates, are attached to this announcement. All documents are available in.pdf format and may be viewed with the applicable version of Adobe Acrobat or Adobe Acrobat Professional. The price range for this requirement is $100,000 to $250,000. Performance and payment bonds are required. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/NER/DTFAEN-12-R-40028/listing.html)
- Record
- SN02790766-W 20120701/120629235144-23c4c957aebe472c55b2b758ddbfe688 (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 |