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