Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2014 FBO #4618
SOLICITATION NOTICE

Y -- Solicitation No. DTFACN-14-R-00197: Replacement of Runway 07 VASI with a PAPI System at Whiteside County Airport, Rock Falls, Illinois

Notice Date
7/15/2014
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Service Area (Chicago, IL)
 
ZIP Code
00000
 
Solicitation Number
17121
 
Response Due
7/31/2014
 
Archive Date
7/31/2014
 
Point of Contact
Irene Medina, irene.medina@faa.gov, Phone: 847-294-8309
 
E-Mail Address
Click here to email Irene Medina
(irene.medina@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This project will replace the existing Visual Approach Slope Indicator (VASI) lighting system with a Precision Approach Path Indicator (PAPI) system for Runway 07 at Whiteside County Airport, Rock Falls, IL (SQI). Work under this contract which will be performed within 250 from runway centerline inside the Runway Safety Area (RSA) will require the closure of the runway. The contractor shall provide all labor, supervision, materials, and equipment to perform the project in accordance with the contract clauses, drawings, and specifications. The contractor shall coordinate the exact sequence of work with the airport authority through the Contracting Officer s Representative (COR) prior to construction and shall provide updated construction schedules at the preconstruction conference and upon request. Contractor shall hold a tailgate safety meeting prior to commencement of work each day, in the presence of the COR, to discuss possible safety hazards and mitigation. The work includes but is not limited to: 1. Coordinate with airport operations and local FAA System Support Center (SSC) representatives to locate existing underground utilities and cabling near the existing Runway 07 VASI, the new 07 PAPI, the Runway End Identifier Lights (REIL) Power and Control Rack, and the 25 Localizer (LOC) shelter. 2. Contract a registered land surveyor (RLS) to layout and stake the new PAPI Lamp housing Assembly (LHA) locations and the PAPI equipment rack. Ensure that the PAPI equipment rack is laid-out outside the Object Free Area (OFA). 3. Install 18 tall orange snow fence along border of Runway 07 RSA and OFA in the immediate vicinity of the work locations. 4. Hydro-excavate areas where excavation will be within 5 of a marked utility or buried cable. 5. Furnish and install precast reinforced concrete foundations for PAPI LHA s. 6. Construct Rwy 07 PAPI frangible power and control equipment rack outside the RSA of both Rwy 07/25 and Rwy 18/36. 7. Install PAPI power and control cables in 2 PVC conduit from the PAPI Control Unit (PCU) to the PAPI LHA s and make connections to equipment at both ends. 8. Install power cables by Direct Earth Burial (DEB) from PAPI Power and Control Rack to the Rwy 07 REIL Power and Control Rack, approximately 1100 LF of trenching. Install a power distribution panel and junction box at the REIL Rack to split power to the existing REIL and the new PAPI system. 9. Install power cables by DEB from the Runway 07 REIL Power and Control Rack to the existing Rwy 25 LOC Shelter VASI/REIL power disconnect, approximately 1100 LF of trenching. Loop the power cable line around the LOC Shelter as per drawing SQI-D-LOC25-C002. As part of the future LOC Shelter replacement project, these DEB cables will be disconnected and pulled back for termination at the future LOC Shelter power rack by others. This will eliminate the need for splicing. 10. Install all the electronic components at the PAPI Power and Control Rack and connect to the PCU. 11. Construct compacted crushed rock plots around PAPI LHA s and PAPI Power and Control Rack. 12. Install and aim PAPI LHA s. 13. Remove the existing VASI/REIL junction box in the RSA and associated foundation. Abandon cables min. 2 below grade. 14. Remove existing Runway 07 VASI power and control rack with foundations. 15. Remove existing VASI LHA s and their associated concrete pier foundations. 16. Remove existing VASI power conductors from existing duct bank. Abandon associated buried conduits 2 minimum below grade. Repair disturbed sod areas by placing compacted topsoil and seeding per specifications. 17. Remove existing VASI cables and conduits at the Runway 25 LOC Shelter. 18. All power and control cables shall be tested for continuity per specifications after installation in the presence of the Contracting Officer s Representative (COR) and the local SSC representatives. A written record of the test results for all of the conductors shall be delivered to the COR. (An SSC representative must be present for cable testing 19. Install perimeter grounding conductor around LHA s and the PAPI Power and Control Rack. Test grounding system per specification FAA-GL-918D. A written record of the test results shall be delivered to the COR. 20. Verify PAPI will operate normally on local control. Adjust photocell to point North and test photocell. 21. Install labels on electrical equipment and junction boxes per specifications. Install weatherproof labels on LHA s with minimum 4 tall lettering, red on white background showing aiming angle and unit number (i.e., LHA #1, 3 30 ). 22. Implement and maintain a quality control plan to ensure contract compliance and minimum equipment and runway shutdown time. 23. Restore any pavement damaged by construction equipment and grade and seed turf areas disturbed by construction activity performed under this contract. Furnish and install new topsoil and grade affected areas as directed by COR. 24. Cleanup site on daily basis. Provide sweeper to clean debris from pavement surfaces during construction. 25. Participate in Contractor s Acceptance Inspection (CAI) with COR and SQI FAA SSC representative(s). Contract performance time is 21 calendar days, with an anticipated start date of August 26, 2014. The estimated price range for this procurement is between $100,000 and $250,000. INTERESTED FIRMS MUST HAVE SUCESSFULLY COMPLETED SIMILAR PROJECTS BOTH IN DOLLAR AMOUNT AND SCOPE OF WORK AT AN OPERATIONAL AIRPORT. General contractors must submit their interest in subject project on company letterhead and should include the firm's name, address, telephone number, fax number, email address, and point of contact. Please submit your request to the attention of Irene Medina, to mailing address: 2300 East Devon Avenue, AAQ-520, Des Plaines, IL 60018; or to fax number (847) 294-8310; or to email address: irene.medina@faa.gov 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/17121 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/GLR/17121/listing.html)
 
Record
SN03425821-W 20140717/140716022053-ffbaa8bc21066e75c9b3d9e31701b32c (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.