New York Bids > Bid Detail

ES-23-01044 - Waterproofing and Caulking Market Research

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159695684601655
Posted Date: Mar 15, 2023
Due Date: Mar 23, 2023
Solicitation No: 697DCK-23-R
Source: https://sam.gov/opp/602dda6aad...
Follow
ES-23-01044 - Waterproofing and Caulking Market Research
Active
Contract Opportunity
Notice ID
697DCK-23-R
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
697DCK REGIONAL ACQUISITIONS SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 15, 2023 12:03 pm CDT
  • Original Response Date: Mar 23, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Islip , NY 11706
    USA
Description

The FAA is searching for 8(a) certified, Service Disable Veteran Owned, Women Owned; HUB-zoned Small Business or other small business concerns qualified in NAICS 236220 as its primary NAICS.



The contractor shall furnish all labor, supervision, supplies, materials, tools, equipment, transportation, and any other incidental engineering the replacement of the caulking on the Islip MacArthur Air Traffic Control Tower (ATCT)shaft located in Islip NY.



A concrete sealer will be applied to the ATCT Shaft Precast Concrete. Where stated in this document that caulking is to be replaced, remove all exiting caulking, prepare the existing surface as per manufacturer’s requirements and replace the caulking as per the requirements of the contract and manufacturer’s specifications. This project will require the use of an aerial lift. The contractor shall follow all applicable safety regulations (local, FAA and OSHA) for fall protection at all times. The height to reach the upper levels of the required work is approximately 135 foot above grade.



The contractor is required to attend a site visit. The site visit provides the opportunity for the contractor to determine the site restrictions (available property, roadways, facility base building, etc.), the height of the required aerial lift and for the contactor to verify all quantities, linear feet (LF) of caulking to be replaced.



Prior to starting construction, the contractor shall perform a manufacturer’s adhesion test with the building sealant (caulking) for our site condition. After this test the contractor will determine what the installation requirements are. The contractor shall provide a manufacturer’s 20-year written warranty for the building sealant (caulking) installed. The minimum thickness of the caulking joint shall equal ½ the width of the caulk joint. Replace the caulking backer rod as required. Ensure that all backer rod is set at a depth to provide the required thickness of caulking. The contractor shall confirm all quantities of caulking to be replaced and site conditions affecting the height of the aerial lift required before submitting their bid. All debris generated shall be cleaned up and disposed of at the end of each work shift. The contractor shall restore all grass areas of the site after construction (provide topsoil and grass seed).



Prior to construction, the contractor shall meet with the FAA Resident Engineer and review and complete the FAA PRE-CONSTRUCTION AND MAINTENANCE PROJECT SAFETY AND HEALTH CHECKLIST.






Attachments/Links
Contact Information
Contracting Office Address
  • AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY
  • FORT WORTH , TX 76177
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 12:03 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >