Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1998 PSA#2079

Department of Transportation, Federal Aviation Admin. (FAA), Procurement Branch, AWP-55, P.O. Box 92007, WWPC., Los Angeles, CA 90009-2007

Y -- INSTALLATION OF TWO (2) NEW PRECISION APPROACH PATH INDICATOR (PAPI) SYSTEMS AND DEMOLITION OF TWO (2) VISUAL APPROACH SLOPE INDICATORS (VASI) SYSTEMS LOCATED AT LAX, LOS ANGELES, CA SOL DTFA08-98-R-02935 DUE 043098 POC Michele H. Turner, Contracting Officer, (310) 725-7567; Bruce Melcer, FAA Contractor Rep., (310) 725-7545 WEB: Click here to download a copy of Announcement, http://www.awp.faa.gov/organ/logist.htm. E-MAIL: Click here to contract Contracting Officer via e-mail, bruce.melcer@faa.dot.gov. Public announcement of proposed procurement. The Federal Aviation Administration (FAA), Western-Pacific Region, has a requirement for: Installation of Two (2) new Precision Approach Path Indicator (PAPI) systems (Government Furnished) and Demolition of Two (2) Visual Approach Slope Indicators (VASI) Systems, at Runways 07L and 07R, Los Angeles International Airport, Los Angeles, California. The Contractor shall provide all labor, equipment, materials (except Government Furnished Materials), transporation and services required. Work includes, but is not limited to: A) Installation of underground conduits and pull boxes; B) Surveying to locate and site each PAPI Light Housing Assembly (LHA) BAR; C) Installation of 10 (ten) concrete pads [five pads for each PAPI system], one (1) pad to support the PAPI power/control assembly, and 4 (four) pads to support the PAPI LHA units; D) Assembly, mounting, leveling, alignment of each individual PAPI unit; E) Installation of two (2) new underground grounding counterpoise systems; F) Installation of power/control circuits from the PAPI control assembly to each individual PAPI control unit; G) Demolition of existing VASIs and their existing power and control assemblies; H) Demolition/ Removal of eight (8) existing VASI LHA units and their concrete foundation pads; I) Demolition/Removal of nine (9) abandoned concrete pads at Runway 07R; J) Replacement of existing transformers that serve the Glide Slope equipment shelters with two (2) new 25 KVA, 2400 oil filled transformers (contractor furnished). The new transformers shall be installed on existing concrete pads. Existing transformers shall be removed and transported to an FAA storage facility; and K) Transporting all Government Furnished Material from FAA storage area to job site. The FAA will provide lead abatement services, as needed, to remove lead paint from the wallks of the Glide Slope shelters. The SIC code is 1629. The estimated dollar range for this procurement is between $100,000 to $200,000. The FAA will be conducting a mandatory job walk on Wednesday, May 13, 1998 at 10:00 am. Note: SOLICITATION PACKAGES WILL BE PROVIDED ONLY TO THOSE PARTIES THAT ACTUALLY ATTEND THE JOB WALK. You must submit your confirmation to attend the job walk, IN WRITING, no later than 5:00 pm, Thursday, April 30, 1998. The confirmation shall include: 1) Company name, address, phone and FAX numbers, and 2) the names of all individuals (including subcontractors) that will be attending. This confirmation may be submitted two ways, 1) via FAX to (310) 536-8550, Attn: Bruce Melcer or, 2) via U.S. Mail addressed to FAA, Attn: Bruce Melcer, AWP-55, P.O. Box 92007, WWPC, Los Angeles, CA 90009-2007. Directions to the job walk will be provided after receipt of confirmation to attend. VERBAL OR TELEPHONIC CONFIRMATIONS WILL NOT BE ACCEPTED. Confirmations to attend the job walk, received after April 30, 1998 will not be accepted. No additional site visits will be conducted. For subcontracting opportunities, the bidder's list will be available, upon request via FAX, beginning May 1, 1998. The following notice below is for informational purposes for Minority, Women-Qwned and Disadvantaged Business Enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $500,000 per contract. DOT provides an 80 percent guaranty on the bond amount to a surety against losses. For further information and applicable forms concerning the STLP and Bonding Assistance Programs, please call (800) 532-1169. (0110)

Loren Data Corp. http://www.ld.com (SYN# 0098 19980422\Y-0013.SOL)


Y - Construction of Structures and Facilities Index Page