Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2013 FBO #4257
SOURCES SOUGHT

Y -- THIS IS A SMALL BUSINESS SET-ASIDE - REPLACE CONTROL CABLE BETWEEN THE ATCT AND RTR/ILS AT JOE FOSS FIELD AIRPORT, SIOUX FALLS, SOUTH DAKOTA

Notice Date
7/19/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-52 CN - Central Service Area (Chicago, IL)
 
ZIP Code
00000
 
Solicitation Number
DTFACN-13-R-00278
 
Response Due
7/26/2013
 
Archive Date
7/26/2013
 
Point of Contact
Melody McGovern, melody.mcgovern@faa.gov, Phone: 847-294-7347
 
E-Mail Address
Click here to email Melody McGovern
(melody.mcgovern@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT - The FAA is seeking experienced firms to enter into a fixed-price contract to replace control cable between the ATCT and RTR/ILS on Joe Foss Field Airport, Sioux Falls, SD, as indicated on the project drawings and project specifications. The specific items to be accomplished for this project include, but are not limited to, the following: 1.Furnish and install all material and equipment associated with directional boring, back reaming and installing 4 diameter HDPE seamless pipe under five surfaces (two 150 wide runways, two 75 wide taxiways and one 15 wide asphalt access road). The directional bores must be a continuous run for each surface and at least 6 under all hard surfaces (runways, taxiways). 2.Furnish and install all material and equipment associated with trenching from the existing communication manhole adjacent to the ATCT to the RTR equipment building. The trench shall be 3 deep, located and backfilled per the drawings and specifications. This task requires coordination with the TOR for the specific details and to avoid service disruption. 3.Install government furnished control cables (one 50 pair #19 and one 25 pair #19) in the trench and through the conduits installed under the hard surfaces. Bring the control cables (with 5 excess length) to the existing demarcation boxes (terminations to be done by the FAA) in the ATCT equipment room and the interior of the RTR equipment building. At the ATCT end, existing conduit from the existing communication manhole leads to the ATCT cable chase. The demarcation box is located in the fourth floor equipment room against the cable chase wall (there is an existing penetration). At the RTR end, trench to the foot of the RTR equipment building at the demarcation box locations. For the RTR, use the existing spare conduit (adjacent to the doorway, below grade) to penetrate through the equipment building slab and into the RTR demarcation box with the 50 pair #19 cable. For the ILS, use the existing conduit (on the same side of the building as the RTR conduit, below grade) to penetrate through the equipment building wall and into the ILS demarcation box with the 25 pair #19 cable. 4.Furnish and install all material and equipment associated with installing a 1/0 AWG guard wire the entire length of the trenched cable. Exothermically bond the guard wire to x 10 ground rods at intervals not exceeding 90 . Terminate the guard wire with ground rods at the entrance/exit of the borings, communications manhole and entrances to the equipment building. 5.Minimize splices of the control cable. Where splices are required, furnish and install an underground enclosure box per the drawings and specifications at each splice location. 6.Remove existing control cable (two 25 pair #19 and one 50 pair #19) from the existing communication manhole to the ATCT demarcation box. This task requires coordination with the TOR for the specific details and to avoid service disruption. 7.Furnish and install firestopping from the entrance point to the ATCT, through the cable shaft and into the fourth floor equipment room demarcation box for all through penetrations of fire resistance rated assemblies. 8.Miscellaneous associated work as indicated on the Project Drawings and Project Specifications. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST THREE YEARS TO BE CONSIDERED QUALIFIED. Offer range is between $100,000 and $250,000. Contract performance time is 12 calendar days. The Request for Offer is anticipated to be available by mid to late August timeframe. Anticipated construction start will be as soon as possible after award. To obtain a copy of this solicitation, please submit a letter of interest on company letterhead to include the firm s name, address, e-mail, phone number and point of contact by no later than July 26, 2013 to the Contracting Officer listed above at melody.mcgovern@faa.gov. VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded this contract must have an active registration in the System for Award Management (SAM). Contractors can register at www.sam.gov. 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 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." If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/14639 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-13-R-00278/listing.html)
 
Record
SN03122182-W 20130721/130719234803-ae7594fbd8608539cd007c2147ca21cb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.