DOCUMENT
56 -- The Federal Aviation Administration (FAA) Western Service Area has a requirement for work associated with the installation of a Category I Instrument Landing System (ILS) for Runway 8L at Honolulu International Airport locate - Attachment
- Notice Date
- 6/6/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ-530 WN - Western Service Area (Los Angeles, CA)
- Solicitation Number
- DTFAWN-14-R-01773
- Response Due
- 6/19/2014
- Archive Date
- 6/19/2014
- Point of Contact
- Elsa Gonzalez, elsa.gonzalez@faa.gov, Phone: 310-725-7499
- E-Mail Address
-
Click here to email Elsa Gonzalez
(elsa.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- NOTE: If viewing this announcement from a source other than the FAA Contract Opportunities website, please visit http://faaco.faa.gov for the original announcement. Updates and or amendments will only be issued through the FAA Contracting Opportunities Website. Introduction/Description: The acquisition strategy for this procurement has not been determined at this time; however, either an unrestricted competition or set-aside will be chosen depending on the responses to this market survey. Responses to this market survey will be used for information purposes only. This is not a screening information request for proposals of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred resulting from the preparation or in response to this market survey. Scope and Sequence of Work: An abbreviated scope of work is provided below. The work includes, but is not limited to the following: A.Furnish competent surveying resources to properly layout the subject sites and provide horizontal and vertical control. B.Coordinate all equipment installations and demolitions with the FAA, Airport operations and air traffic control. C.Furnish and install power cables and other required materials to establish power to the relocated facilities(Glide Slope and Localizer) from existing transformers. D.Perform site Demolition at the existing Localizer site: 1. Coordinate Localizer equipment removal in shelter with electronics installers and return all equipment deemed salvable to the FAA. 2. Disassemble existing antenna array and return all items deemed salvageable to the FAA and dispose of the remainder. 3. Demolish existing Localizer Antenna array foundation. 4. Pull back REIL power and Control cables and coil it up into a new pull box 5. Install a new aircraft rated with spring assisted cover 3 x 3 x3 inside dimension The new pull box will be used to splice existing REIL power and control cables and extend it to the new REIL Station. 6. Demolish existing REIL power & control foundation 7. Remove existing REIL equipment rack and relocate to a new Localizer site 8. Remove existing Transformer and turn it over to SSC 9. Demolish transformer foundation 10. Remove existing portable E/G and relocate it to new Localizer site 11. Demolish portable E/G foundation 12. Relocate existing transfer switch and rack 13. Clean up existing Localizer and REIL site. 14. Remove existing Localizer shelter (contain asbestos material) see note 1 in dwg LOC04R-C001, contractor shall hire a licensed contractor to abate both exterior and interior caulking/sealant of pipe penetration prior to remove the shelter. 15. Demolish existing shelter foundation E. Perform site preparation for the new Localizer site: 1. Furnish and Install a new reinforced concrete foundation for antenna arrays. 2. Furnish and Install Earth Electrode System (EES) at the Localizer antenna pad. 3. Install trenching from Localizer to existing shelter. 4. Furnish and Install conduit and cabling between the Localizer antenna and equipment shelter. 5. Install stainless steel anchor bolts with anti-seize and epoxy for localizer antenna arrays at new antenna locations as specified in plans. 6. Furnish and install all required materials to establish new secondary power to the new equipment shelter. 7. Furnish and Install required ground checkpoints for the Localizer facility. 8. Install new REIL power and control foundation for equipment rack 9. Install new portable E/G foundation and transfer switch rack 10. Install new DME antenna foundation and conduits (10 x 3 dia. Pipe to support DME antenna will be GFM) 11. Provide and install new DME tilt down antenna with portable antenna stand 12. Install new Localizer shelter foundation and set the shelter in place 13. Transport (load and unload) new shelter from SSC warehouse to the job site F. Perform site Demolition at the existing Glide Slope: 1.Coordinate Glide Slope equipment removal in shelter with electronics installers and return all equipment deemed salvable to the FAA. 2.Remove antennas and disassemble antenna tower and return to FAA. 3.Demolish existing G/S antenna tower foundation and counterpoise G.Perform site preparation for the new Glide Slope facility: 1.Construct a new G/S antenna foundation per plans 2.Erect new antenna tower and install antennas. 3. Furnish and Install EES around the new antenna tower and connect to existing equipment shelter counterpoise 4. Install obstruction light and RF conduit and pull cables between antenna tower and equipment shelter. 5. Furnish and install all required materials to establish new secondary power to the new equipment shelter. H. Accomplish other incidental duties to accommodate site peculiar conditions. I. Implement and maintain a quality control plan to ensure contract compliance. Conduct all required tests and checks to verify contract compliance. In order to make this determination and be considered responsive, interested offerors must complete and submit the attached Business Declaration Form and if applicable, a copy of your SBA 8(a) certification letter to elsa.gonzalez@faa.gov by 3:00 PM PDT on Thursday, June 19, 2014. 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 the prime interest rate to provide accounts receivable financing. The maximum line of credit is $750,000.00. 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/16645 to view the original announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-14-R-01773/listing.html)
- Document(s)
- Attachment
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/41297)
- Link: https://faaco.faa.gov/index.cfm/attachment/download/41297
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Business Declaration (doc) (https://faaco.faa.gov/index.cfm/attachment/download/41297)
- Record
- SN03387879-W 20140608/140606234357-9aaebdc4cea26043aa25412a44589490 (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 |