SOLICITATION NOTICE
80 -- Apply Floor Coating to a Aircraft Hanger
- Notice Date
- 5/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Lolo National Forest, Building 24, Fort Missoula, Missoula, MT, 59804
- ZIP Code
- 59804
- Solicitation Number
- RFQ_AG-0345-S-05-9002
- Response Due
- 6/1/2005
- Archive Date
- 8/17/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # AG-0345-S-05-9002 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This is a total small business set-aside and the small business size standard is $12,000,000. The North American Industry Classification code is 238320. A quotation is requested to supply all labor, equipment, materials & supervision necessary to apply floor coating to the Aircraft Hangar, located at the USDA Forest Service, Missoula County Airport, 6599 Aviation Way, Missoula, MT. 59808. SPECIFICATIONS: Application must comply with accepted industry standards for aircraft hangar floor coating systems and be equal to or greater than the Tennant Eco-HTS floor coating system. Coating to be applied to 27,000 Square Feet of surface area, Color: Light Gray. Application must conform to EPA Volatile Organic Standards (VOS) and Federal, State and Local regulations. Floor coating must meet all ASTM Standards for solids content, tensile strength, elongation, abrasion resistance, chemical resistance including Skydrol 500B and LD4, metals content, and application properties. Contractor shall conduct a moisture test for new concrete prior to application using ASTM-D 4263-83 (plastic sheet method). All OSHA Health & Safety regulations shall be followed including respiratory protective devices and fire safety procedures. The contractor is responsible for protection of areas adjacent to surface preparation and coating operations, and will protect the work area with barricades. Contractor is responsible for cleanup, removal and disposable of all materials at the completion of the project. Project completion date is expected to be no later than August 1, 2005. The FAR provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Evaluation of quotations will be made on past performance, ability to meet the delivery schedule, technical approach and price. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Quotes must be received by 06/01/05, 1600 MST, at the Aerial Fire Depot, Attn: Kaye Dobrocke, 5765 W. Broadway, Missoula, MT. 59808. In addition to providing the quotation and completed 52.212-3, offerors must include a list of products to be applied, technical expertise and number of people who will be working on this project, and two references of previous customers. For more information contact Wayne Ellington at 406-329-4764 (business), or 406-544-4057 (cell), or Kaye Dobrocke at 406-329-4940.
- Record
- SN00810909-W 20050521/050519211732 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |