Oklahoma Bids > Bid Detail

AJW-141 Weather Systems Platform

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159010971416710
Posted Date: Mar 12, 2024
Due Date: Mar 26, 2024
Source: https://sam.gov/opp/91f6b5023d...
Follow
AJW-141 Weather Systems Platform
Active
Contract Opportunity
Notice ID
6973GH-24-R-00030
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973FK MIKE MONRONEY AERO CNTR
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 12, 2024 01:33 pm CDT
  • Original Response Date: Mar 26, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1BA - CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Oklahoma City , OK 73124
    USA
Description

Project Summary for Market Research



AJW-141 Weather Systems Platform





The FAA has a requirement for the purchase of a galvanized mezzanine with a static load point of 350 lbs. and installation of the mezzanine. The mezzanine will be used as a Weather Sensor Platform in support of AJW-1411 second level engineering for technical refresh activities associated to the Juneau Airport Wind System (JAWS) and service life extension program (SLEP) activities.



Platform Requirements








      1. Structural Access





  • The platform must have a set of stairs for personnel access

  • The platform must have a removable section of sidewall-handrail or a swing gate to accommodate the installation of large items



      1. Size








  • The platform must be a minimum of 30 feet long by 30 feet wide

  • The platform must have a minimum height of six (6) feet above the ground

  • The interior of the platform must be an open area



      1. Materials








  • The platform floor must be of an expanded metal bar grating design

  • The platform floor must allow for the mounting of poles on which sensors can be mounted

  • The platform must be provided with a non-slip weatherproof coating

  • The platform must be mounted on concrete piers (caissons)

  • The platform must have support posts to support the data conduit junction box

  • The platform must have support posts to support the electrical panel

  • The platform must have a static point load of at least 350 lbs



      1. Safety








  • The platform must have a toe kick of at least 3 ½ inches in height

  • The platform must have a handrail of at least 42 inches in height.



      1. Environmental Durability





  • The platform must be able to withstand temperatures ranging from a maximum of 110 degrees Fahrenheit to negative 25 degrees Fahrenheit

  • The platform must be able to withstand humidity values ranging from a maximum of 100% to a minimum of 10% over the specified temperature range

  • The platform must be able to withstand wind speeds of up to 150 miles per hour

  • The platform must be able to withstand 3-inch hail

  • The platform must be able to withstand a total of 2 inches of freezing rain/ice accretion.



      1. Factory Acceptance Testing







As the weather sensor platform will be assembled “on-site “, a factory inspection prior to shipment is not needed in this case. Acceptance testing will take the form of a sign off from engineers of AMP-400 and AJW-1411








      1. Commercial-Off-The-Shelf (COTS) Manuals and Documentation







The contractor shall provide the engineering drawings of the mezzanine to AJW-1411.



Response to this Market Survey:



Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA. Responses to this market survey will be used for informational purposes only.



All responses (one response per company) are to be provided on company letterhead. No type font less than 12-point may be used. Responses must be received by 12:00 P.M., Central Time on March 26, 2024. Market survey responses received after the time and date specified will be determined to be late and may not be considered.



Capability Statement:



Qualified vendors are invited to submit documentation evidencing the possession of the following capabilities:



1. Company Information



• Name and address of company



• Point of contact (name, title, telephone number, and email address)



• Contractor Size



• Number of years in business



• NAICS Codes



• Capability Statement with detailed narrative that fully outlines and describes the full details of your proposed platform and any previous contracts (elaborate and provide detailed information and past performance) that will meet all the requirements as outlined in this market survey.



2. Potential Partnership Agreements



3. Current Contracts (I.E. GSA Schedules; eFAST MOA; Blanket Purchase Agreements (BPA) etc. currently in place or that will be placed)



Respondents must be active in the System for Award Management (SAM) (www.sam.gov). Please provide the FAA with the SAM UEI and Duns number.



Attached is a draft of the Statement of Work (SOW). Respondents are encouraged to review the statement of work and provide comments.



***NO PHONE CALLS WILL BE ACCEPTED***



All responses to this market survey must be received by 12:00 P.M, Central Time on March 26, 2024. All questions and submittals should be submitted electronically to: Cynthia.cooper@faa.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 6500 SOUTH MACARTHUR BLVD., RM 316
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2024 01:33 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 >