SOLICITATION NOTICE
Y -- Demolish 'old' Air Traffic Control Tower, Cherry Capital Airport, Traverse City, MI
- Notice Date
- 12/3/2013
- Notice Type
- Presolicitation
- 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-14-C-00086
- Response Due
- 1/6/2014
- Archive Date
- 1/6/2014
- Point of Contact
- Karen Czerwiec, karen.czerwiec@faa.gov, Phone: 847-294-7298
- E-Mail Address
-
Click here to email Karen Czerwiec
(karen.czerwiec@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- Scope of Work.- Scope includes the demolition and site restoration of the œold ™ Airport Traffic Control Tower (ATCT) at the Cherry Capital Airport in Traverse City, MI. Work includes but is not limited to: 1)Dismantling, demolition, removal and legal disposal of an Airport Traffic Control Tower building consisting of an approximately 72 feet tall steel frame structure (approx. 20 ™ x 20 ™ footprint) with insulated metal and EIFS panels, and a steel framed glass cab. 2)Complete removal of all building foundations. 3)Removal and legal disposal of all electrical, plumbing and mechanical systems within the building including an elevator. 4)Removal and legal disposal, prior to demolition, of miscellaneous, office furniture, hardware parts, etc. located inside building. 5)Prior to demolition activities, abate all known asbestos containing materials as identified in the Hazardous Material Survey Report in accordance with State and Federal Regulations. 6)Prior to demolition activities, remove and dispose of all known suspect hazardous materials as identified in the Hazardous Materials Survey Report in accordance with State and Federal regulations. Provide the FAA with shipment records, completed waste manifests and/or Certificates of Recycling for all of the materials removed. 7)Removal and legal disposal of all surrounding structures including transformer, engine generator, switch gears, etc. including all concrete pads and foundations. 8)Removal 6 thick concrete sidewalk within property boundaries (approximately 300 square feet). 9)Complete removal of electrical/communication manhole. 10)Disconnecting and capping of all utilities. 11)Removal of all site equipment pads. 12)Filling, backfilling, grading, and seeding and restoration within property boundaries. 13)Lawn sprinkler system must be protected from damage. 14)Salvage and turn over to the Government, in accordance with the specifications, rooftop HVAC unit. 15)Project record drawings of existing construction will be provided by owner for review. Owner does not guarantee that the existing conditions are the same as those indicated in the construction project record drawings. 16)Conditions existing at the time of inspection will be maintained by Owner as far as practical.. INTERESTED FIRMS MUST HAVE SUCCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK WITHIN THE LAST FIVE YEARS. The work will be performed in strict accordance with the contract drawings and specifications. Contract performance time is 60 calendar days with an anticipated start date of Spring 2014. Demolition of the tower must be complete by April 30, 2014. The estimated price range is between $250,000.00 and $500,000.00. Contractors must submit their interest for subject project on company letterhead and include the firm's name, address, e-mail, phone number, fax number, and point of contact to the Contracting Officer, Karen Czerwiec at 847-294-7801 or e-mail Karen.Czerwiec@faa.gov and the Contract Administrator, Mr. Dennis Shub/Acentia at 847-294-8310 or e-mail: Dennis.ctr.Shub@faa.gov by no later than Monday, January 6, 2013, 5:00 p.m. (CDT). VERBAL REQUESTS FOR THE SIR WILL NOT BE HONORED. The contractor awarded this contract must have active registration in the System for Award Management (SAM) before award can be made. Contractors can register at www.sam.gov All Small Businesses including 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 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. 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/15413 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/DTFACN-14-C-00086/listing.html)
- Record
- SN03244394-W 20131205/131203234051-1f3cc72b37e247de5cf0fb51e5111458 (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 |