Jun 5
Bid ended

ATCT Radio Communications Improvements - Stennis International Airport #13450

Hancock County, MS - (G-NR-E)

Status

Bidding Closed

Prebid Date5/25/23 9:00am

Bid Date6/5/23 2:00pm

Company & Contacts

Hancock County Port & Harbor Commission
Wyatt Peterson, P.E.  
wyatt.peterson@neel-schaffer.com

Sealed bids or electronically submitted bids through the Online Plan Room will be received by the Hancock County Port & Harbor Commission (herein called “HCPHC” or the “Owner”), located at 14054 Fred & Al Key Road, Kiln, Mississippi, 39556, until 2:00 PM local time, Monday, June 5th, 2023, and then publicly opened and read aloud in the HCPHC conference room shortly thereafter.

ATCT RADIO COMMUNICATIONS IMPROVEMENTS STENNIS INTERNATIONAL AIRPORT

The work is generally described as follows:
Furnish and install the components necessary to provide a new CM-300 (V2) radio system that will support two (2) controller positions. The radio systems will consist of one CM-300 (V2) UHF radio system tuned to 229.400, and two CM-300 (V2) VHF systems tuned to 127.150 and 121.725. A summary list of additional items will be provided in the project manual.

The contract time for the base bid is 30 consecutive calendar days. Liquidated damages in the amount of $500.00 per calendar day will be assessed for each calendar day thereafter, and $1,000.00 per 15-minute interval of runway closure past scheduled opening.

A Pre-Bid Meeting for this project will be held on Thursday, May 25th, 2023, at 9:00 A.M., Local Time at the Stennis International Airport, 7250 Stennis Airport Drive, Kiln, Mississippi 39556 and via teleconference. Prospective bidders wishing to join via teleconference are asked to call into 1-769-300- 1812 (PIN 304121) at the scheduled time. It is strongly recommended that prospective bidders attend the Pre-Bid Meeting.

All site visits by any persons shall be conducted on the morning of May 25th, 2023, immediately following the Pre-Bid Conference; meeting location will be coordinated during the Pre-Bid Conference.

Any questions that bidders might have should be directed to the following:
Neel-Schaffer, Inc.
3036 Longfellow Drive
Bay St. Louis, MS 39520
to the attention of Wyatt Peterson or via email at wyatt.peterson@neel-schaffer.com

All proposals that are mailed shall be sent to the address below.

Hancock County Port & Harbor Commission
14054 Fred & Al Key Road
Kiln, MS 39556

Bidders must be qualified under Mississippi Law and show a current Certificate of Responsibility issued by the Mississippi Board of Public Contractors establishing classification as to the value and type of construction work on which he is authorized to bid.

The Contract Documents (drawings, specifications, proposal forms, general conditions, etc.) may be examined at the following locations:

Hancock County Port & Harbor Commission
14054 Fred & Al Key Road
Kiln, MS 39556

Neel-Schaffer, Inc.
3036 Longfellow Drive
Bay St. Louis, MS 39520

Bid documents are available via paper or digital copy. Interested bidders are required to log-in or register for an account at www.portairspacework.com to view and order bid documents. A valid email address is required for registration. Bid documents are non-refundable and must be purchased through the website. Questions regarding website registration and online orders can be directed to Plan House Printing at 228-248-0181.

ALL BIDDERS must be properly licensed contractors at the time of submitting bids in accordance with the provisions of the State of Mississippi. Contractors submitting a written sealed bid must indicate their current Mississippi Certificate of Responsibility number on the outside of the sealed envelope containing their Bid as well as on their Bid. If the Bid is being submitted electronically through the Online Plan Room, the Mississippi Certificate of Responsibility number must be included as an attachment with the electronic bid submittal as well as on their Bid. To be considered, a bid for “ATCT Radio Communications Improvements” must be either sealed, and have clearly written on the face of the envelope the following: “Sealed bid enclosed for Hancock County Port & Harbor Commission ATCT Radio Communications Improvements to be opened 2:00 PM, June 5, 2023.” or if submitted electronically through the Online Plan Room, the first page of an electronically submitted bid must state the same language as required on the face of the sealed envelope.

Bidder’s attention is invited to the Instructions to Bidders relative to pre-award, equal employment opportunity requirements, and non-segregated facilities.

Bids must be submitted on the standard form of bid proposal and must include a Bid Bond in the amount of 5% of the Bid. The successful bidder will be required to execute the standard form of Contract and Agreement, together with a 100% Performance Bond and a 100% Payment Bond, within 10 days after formal award of the contract. If the bid is being submitted electronically, originals of the bid bond, signed or countersigned by a Mississippi Resident Agent, with Power of Attorney attached, a cashier’s check or certified check for five (5%) percent of bid, payable to the Owner must be delivered to the Hancock County Port & Harbor Commission within forty-eight (48) hours of the bid opening time and date.

The bidder shall guarantee to hold his bid good and may not withdraw his bid for a period of 90 calendar days after the scheduled closing time for receiving bids.

This project is subject to the requirements of the Davis-Bacon Act, as amended. The Contractor is required to comply with wage and labor provisions and to pay minimum wages in accordance with the schedule of wage rates established by the United States Department of Labor.

The attention of bidders is directed to the Contract Provisions governing selection and employment of labor. Minimum wage rates have been predetermined by the Secretary of Labor and are subject to Public Law 87- 58-1, Work Hours Act of 1962, as set forth in the Contract Provisions.

This project is subject to the requirements of 49 CFR Part 26 Disadvantaged Business Enterprise Participation. The Owner hereby notifies all bidders that it will affirmatively ensure that in any contract entered pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, religion, or national origin in consideration for an award. The award of this contract will be contingent upon the Contractor satisfying the DBE requirements. The DBE participation goal for this contract is 8.21%. The bidder (proposer) will be required to submit information concerning the DBE’s that will participate in this contract (subcontract). The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value
of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, the bidder must include documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered non-responsive.

The Hancock County Port & Harbor Commission in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Award of contract is also subject to certain Federal provisions, including, but not limited to, the following: Title 49 United States Code, 49 U.S.C. Section 50101-Buy American Preferences;
DOT Regulation 49 CFR Part 30-Foreign Trade Restriction; DOL Regulation 29 CFR Part 5-Davis Bacon Act; Executive Order 11246 and DOL Regulation 41 CFR Part 60-Affirmative Action Regulation 2 CFR 180-Government Wide Debarment and Suspension; and Title 41 United States Code, 41 U.S.C. section 8102-Drug Free Workplace 49 CFR Part 26, Disadvantaged Business Enterprise Participation

The award, if made, will be made to the party submitting the bid deemed most favorable to Hancock County Port & Harbor Commission at the time the conditions are stipulated. The Hancock County Port & Harbor Commission reserves the right to reject any and all bids and to waive any informalities or irregularities in the bids received.

DATE: May 4th, 2023
BY: Blaine Lafontaine
FOR: Hancock County Port & Harbor Commission TITLE: Executive Director

ADVERTISING DATES:
May 4th, 2023
May 11th, 2023

BID OPENING: June 5th, 2023