MODIFICATION
99 -- Establishment of a Fiber Optics Transmission System (FOTS) for the New Air Traffic Control Tower, Cleveland - Hopkins International Airport, Cleveland, Ohio.
- Notice Date
- 10/5/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-52 AGL - Great Lakes
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-13-R-00026
- Response Due
- 10/29/2012
- Archive Date
- 11/13/2012
- 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
- Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. The contractor shall furnish all labor, material equipment, tools, supervision and transportation for the requirements for this installation project of a new Fiber Optics Transmission System (FOTS) for the New Air Traffic Control Tower underground field cabling system at Cleveland/Hopkins International Airport (CLE), Cleveland, Ohio. The underground cabling system shall provide connectivity between the new Airport Traffic Control Tower (ATCT) and other existing FAA facilities on the airfield in accordance with the specifications, drawings and contract provisions. SCOPE OF WORK: The work shall include, but not limited to, the following. (See amplified draft scope of work, attached) 1. Perform, construct, and complete the project described in this document on a lump sum contract basis. Provide additional quotation per unit foot installation in case changes become necessary during construction. Conform to the requirements set forth in the attached FAA-STD-019e, FAA-C-1217f, Specifications, Sections 260543 and 338223, as well as, FOTS Installation Handbook Chapter 3 Review, Version 1.0.doc, as applicable. 2. Coordinate with Airport Authorities to prepare and submit for approval a safety phasing plan for working on the airport. 3. Survey the site of work and record all the existing conditions, including ground elevations, underground structures, existing duct banks, etc. that impact on the work to be accomplished. Perform the survey prior to offering a proposal in order to determine the extent of work involved in the installation of the cable network as specified. 4. Provide all labor resources to design, construct, install, terminate, and test the proposed cable network. 5. Provide all equipment and materials specified in this document for the proposed cable network. 6. Provide all construction and installation tools and test equipment for installing and testing the proposed cable network. 7. Preform a 4" Mandrel test prior to pulling fiber cables to assure proper conduit installation. 8. Contractor supplied equipment and installation must include at least one (1) year of manufacturer warranty and technical support. The warranty period shall begin after FAA acceptance of the installed system. 9. Design documents shall include cable routes, new and existing cable vault locations, including the preliminary latitude and longitude of each vault, duct bank and conduit locations, cable entryway location, equipment locations etc. This must also be verified and signed-off within 10 days before contract is awarded. FAA and Cleveland Airport Authority, Department of Port Control (DPC), will assist the contractor in the survey. Any proposed work performed by the contractor must be agreed and approved, in advance, by FAA and DPC. At the completion of the project, these locations must be verified and noted on the Record Documents (As-Built). 10. Design, construction, installation, and testing of the proposed cable system must be completed within 180 calendar days after contract is awarded. 11. Provide shop drawings and/or material data for the proposed cable network installation for the FAA approval. The document shall include details on equipment information, cable termination, equipment installation, etc. New equipment, such as manholes, cables, connections, etc. shall conform to those already in existence on site. Shop drawings and material data must be submitted prior to the start of the installation work. 12. At the end of the project, demonstrate that the newly installed cable network is fully functional, and the end-to-end connectivity between existing ATCT and all FAA remote sites is fully operational. Provide OTDR data with passing test results. 13. Deliver to the FAA three copies of as-built Record Drawings of all equipment and field cable installations. Provide dimensions, where necessary, to locate underground installation from a reference point determined by the Resident Engineer. GPS is a preferred surveying method to generate the Record Documents (As-Built) provided the error is less than 12 inches. Drawings shall also be delivered in electronic format. Acceptable electronic drawing formats, in order of preference, are Microstation or AutoCAD. 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 October 29, 2012. The work will be performed in strict accordance with the contract specifications. Contract performance time is 180 calendar days. The estimated price range for this procurement is $750,000.00 to $1,500,000.00. The contractor awarded the contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov NAICS Code is 237130 THERE WILL BE A MANDATORY SITE VISIT DATE AND TIME WILL BE ANNOUNCED IN THE SOLICITATION. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT SIMILAR TO CLEVELAND - HOPKINS INTERNATIONAL AIRPORT WITHIN THE LAST FIVE YEARS. 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-13-R-00026/listing.html)
- Record
- SN02909826-W 20121007/121005234407-3e2cbead6377e1d7f792944cb2a83d82 (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 |